578
Request for Proposal for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City REF:-RFP NO. BSCL/243/16/620 DATED 04/03/2017 No. 1155 Date: 25/04/2017 Reply to Pre-bid queries Sl. No. Page No. RFP Reference / Clause Statement in RFP Clause Query Response by BSCL 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As per list given, stated modules are working and being supported by many vendors. Is the assumption correct that these modules will be replaced by new solution proposed in this tender? Existing ERP, e-governance initiatives to be integrated with proposed solution. Details provided in RFP. 2. 849 Appendices - Exhibit 23 Employee records - 1074 regular employees Out of 1074 regular employees - how many of them will use ERP modules? Please specify exact number. Refer to Addendum. 3. 850 RFP Volume 1 -Exhibit 23 Exhibit 23: Digitization Need Analysis-Infra, IT assets Request if we Can we reduce these numbers from the overall infra requirement? The conditions mentioned in the RFP shall be applicable. 4. 851 ICOMC_MSI_ RFP_BBSR, Exhibit 24, Transaction History Storage Administration Regarding Volume of Transactions/Documents per year Request you to please clarify about the growth percentage of the volume of the documents year by year for next 5 years. Bidder to assume growth percentage as per standard industry practice. 5. 718 Vol 1, Section 5 / 6.2 Client shall pay the electricity bill for the smart solutions components under the scope of this contract; We understand that BSCL will provide the recurring charges of the electricity at both Field level and at Control room. However, please clarify who will bear the one time cost of setting up of electric meters? All set up required for commissioning of the systems / equipment etc. including procuring electric connections wherever required shall have to be borne by the MSI. Only the recurring cost of electric supply for operation of system and electrical metering shall be borne by the Client. Also refer to addendum.

Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Request for Proposal for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

REF:-RFP NO. BSCL/243/16/620 DATED 04/03/2017

No. 1155 Date: 25/04/2017

Reply to Pre-bid queries

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

1. 848 Exhibit 22 ERP, E governance initiatives in BMC

As per list given, stated modules are working and being supported by many vendors. Is the assumption correct that these modules will be replaced by new solution proposed in this tender?

Existing ERP, e-governance initiatives to be integrated with proposed solution. Details provided in RFP.

2. 849 Appendices - Exhibit 23

Employee records - 1074 regular employees

Out of 1074 regular employees - how many of them will use ERP modules? Please specify exact number.

Refer to Addendum.

3. 850 RFP Volume 1 -Exhibit 23

Exhibit 23: Digitization Need Analysis-Infra, IT assets

Request if we Can we reduce these numbers from the overall infra requirement?

The conditions mentioned in the RFP shall be applicable.

4. 851 ICOMC_MSI_RFP_BBSR, Exhibit 24, Transaction History

Storage Administration Regarding Volume of Transactions/Documents per year

Request you to please clarify about the growth percentage of the volume of the documents year by year for next 5 years.

Bidder to assume growth percentage as per standard industry practice.

5. 718 Vol 1, Section 5 / 6.2

Client shall pay the electricity bill for the smart solutions components under the scope of this contract;

We understand that BSCL will provide the recurring charges of the electricity at both Field level and at Control room. However, please clarify who will bear the one time cost of setting up of electric meters?

All set up required for commissioning of the systems / equipment etc. including procuring electric connections wherever required shall have to be borne by the MSI. Only the recurring cost of electric supply for operation of system and electrical metering shall be borne by the Client. Also refer to addendum.

Page 2: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

2

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

6. TR 6.195 The distribution switches i.e. switches installed inside field cabinets shall have at least 16 10/100/1000 Base TX ports with at least three (3) 10 Gigabit Ethernet Fibre SFP ports for backhaul connectivity.

These are distribution switches for connecting field switches to aggregate the traffic coming from the field switches. Field switches and distribution switch connectivity is on fiber so we request you to change this to 24 SFP ports and 2X 10G SFP+ ports here.

Refer to Corrigendum.

7. TR 6.196 The access switches i.e. switches installed on street light poles shall have at least 8 10/100/1000 Base TX ports with at least four (4) 1 Gigabit Ethernet Fibre SFP ports for backhaul connectivity.

For backhaul connectivity two SFP links are sufficient as per the solution design, 4 links are vendor specific. So we suggest to modify this to 2 1G SFP ports for backhaul connectivity.

Refer to Corrigendum.

8. TR 6.197 The industrial grade switches shall at a minimum carry IP30 rating.

As these hardened switches are getting installed inside IP60 or IP65 Rated outdoor cabinets , switches with IP20/IP30 rating is sufficient for such deployment, so we request you to change this to IP20/IP30 rating

The RFP is self-explanatory.

9. General Internet bandwidth for WI-FI? Do we need to quote for the internet bandwidth for WI-FI? Pls clarify

Yes. As per RFP.

10. ICOMC_MSI_RFP_BBSR,General DC - DR Query

Please provide the Inputs on the Backup Software required for DC

As per Bidder Solution. Overall requirements of the RFP shall be met.

11. ICOMC_MSI_RFP_BBSR,General DC - DR Query

Please provide the Inputs on the replication Software required to Replication data from DC to DR

As per Bidder Solution. Overall requirements of the RFP shall be met.

12. ICOMC_MSI_RFP_BBSR,General DC -

Since the ask is for Cloud ready infra , could we propose the Hyperconverged Infrastruce ( HCI )

As per Bidder Solution. Overall requirements of the RFP shall be met.

Page 3: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

3

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

DR Query for the Virual workloads

13. Payment and Acceptance for Bandwidth

For bandwidth, acceptance will be given site wise, post which billing of that particular link will start. Please confirm Network Acceptance Test Criteria would be Ping test from CE modem/Mux towards Contractor MPLS PE* Also, please advise if payment for bandwidth will be released by the customer directly to the bandwidth service provider

Refer to Addendum.

14. Roof Rights / permission from landlord for link implementaion will be the responsibility of the customer/ bank.

Query reference not found.

15. • Minimum One PoE+ autosensing port 10/100/1000BASE-T Ethernet network interface (RJ-45). • Power over Ethernet or Power over Ethernet+.

The Wi-Fi access point shall support: • Minimum One PoE+ autosensing port 10/100/1000BASE-T Ethernet network interface (RJ-45) and one SFP/SFP+ for fiber connectivity. • Console port for out of band management. • Power over Ethernet or Power over Ethernet+. We request you to revise this clause as SFP/SFP+ for fiber connectivity, already asked in City-Wide Wi-Fi - Architecture, . 212 and console port here. Further

The conditions mentioned in the RFP shall be applicable.

Page 4: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

4

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

considering the city wide deployment, wherein AP is far from the switch location, from deployment cost optimization prospective, it is much easier to connect AP with fiber, rather than extending the switch connectivity to all locations.

16. Operating temperature range: 0°C to 40°C

Request to please Change it to "Operating temperature range: 5°C to 40°C"

Query reference not found.

17. Operating humidity of 10% to 95% non-condensing

Request to change it to "10% to 90%" Controller is going to be deployed in controlled environment in DC, so requirement of 0°C is never going to be raised, so request you to change this to 5°C to 40°C and Operating humidity from 10% to 90% for leading OEM to comply.

Refer to Corrigendum.

18. RoW charges Will the charges for getting RoW will be in the scope of MSI.

RoW cost shall be borne by Client. However the MSI shall coordinate with respective agencies for all necessary RoWs , approvals, permits, civil works.

19. How many web users and how many mobile users

Query not found.

20. Helpdesk operator, Facility management, command center operator etc.

Query not found.

21. Request to cap the penalty during the AMS phase for 7 years to 10% of Quarterly charges

The conditions mentioned in the RFP shall be applicable.

22. Helpdesk operator, Facility Query not found.

Page 5: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

5

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

management, command center operator etc.

23. The NMS shall be capable of managing any SNMP/ICMP device from any vendor.

Any SNMP/ ICMP device from any vendor is an open ended statement. Our submission is to please rephrase the clause as "The NMS shall be capable of managing industry standard SNMP/ICMP device from reputed vendor should the vendor provides the required MIBs to monitor the devices."

The RFP is self-explanatory.

24. SNMP traps for all IP enabled devices shall be provided by the respective product manufacturers.

Query not found.

25. The NMS shall allow notifications to be automatically sent to phones, offsite workstations, etc. for efficient response.

Our understadning towards notifications to offsite workstations is that notification can be sent via email to respective people/ contacts. Is our understadning correct? Please confirm. In case of difference in understadning please provide details about methods to be used to send notifications to phones and offsite workstations.

Yes.

26. The NMS shall have secure wired and wireless guest access that provision controlled wireless access to tenants, while keeping the network secure.

Query not found.

27. The NMS shall have role-based access control provides flexibility to segment the wireless network into one or more virtual domains controlled by a single

Query not found.

Page 6: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

6

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

management platform.

28. The NMS must provide an interface for IT helpdesk personnel to create guest credentials.

Query not found.

29. The proposed system shall provide a detailed asset report, organized by proper naming of all devices, listing all ports for all devices. The proposed system shall provide sufficient reports that identify unused ports in the managed network infrastructure that can be reclaimed and reallocated. The proposed system shall also intelligently determine which ports are operationally dormant.

Query not found.

30. The proposed system shall include the ability to monitor and visualize a virtualized system infrastructure by discovering and monitoring virtual machines and providing ability to depict the logical relationships between virtual servers and virtual machines.

Our submission is to please rephrase the clause as "The proposed system shall provide the ability to monitor and virtualized system infrastructure."

Refer to Corrigendum.

31. The proposed solution shall detect virtual server and virtual machine configuration changes and automatically update topology and shall raise alarm when VM migrations happen between hosts.

Our submission is to please remove this clause.

Refer to Corrigendum.

32. The proposed system shall provide Performance

Our submission is to please rephrase the clause as "The

Refer to Corrigendum.

Page 7: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

7

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Management and Reporting — Provides real-time and historical performance of physical and virtual environments enabling customers gain valuable insights of a given virtual container of the relative performance of a given Virtual Machine compared to other Virtual Machines, and of the relative performance of groups of Virtual Machines.

proposed system shall provide Performance Management and Reporting — Provides real-time and historical performance of physical and virtual environments enabling customers gain valuable insights of monitored physical and virtual infrastructure."

33. The solution shall provide a central web based integration point for NetFlow based reporting and able to report from a single console across at least 100,000 interfaces.

Our submission is to please remove this clause.

Refer to Corrigendum.

34. An information security incident is an event (or chain of events) that compromises the confidentiality, integrity or availability of information. All information security incidents that affect the information or systems of the enterprise (including malicious attacks, abuse / misuse of systems by staff, loss of power / communications services and errors by users or computer staff) shall be dealt with in accordance with a documented information security incident management process.

Query not found.

35. Information security incidents and weaknesses associated with information systems shall be

Query not found.

Page 8: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

8

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

communicated in a manner allowing timely corrective action to be taken.

36. Controls related to incident management need to be implemented and each implemented control shall have a documentary evidence to substantiate and demonstrate effective implementation.

Query not found.

37. A configuration management database shall be established which stores unique information about each type Configuration Item CI or group of CI.

Our submission is either incluse a CMDB discovery tool and provide specifications for the same or please remove this clause.

The conditions mentioned in the RFP shall be applicable.

38. Information from the CMDB shall be provided to the change management process and the changes to the CI shall be traceable and auditable.

Our submission is either include a CMDB discovery tool and provide specifications for the same or please remove this clause.

The conditions mentioned in the RFP shall be applicable.

39. A configuration baseline of the attached CI shall be taken before deployment of a release into the live environment. It shall be stored in the safe environment with appropriate access control.

Our submission is either include a CMDB discovery tool and provide specifications for the same or please remove this clause.

The conditions mentioned in the RFP shall be applicable.

40. Master copies of CI shall be recorded in the CMDB and shall be stored in secure physical or electronic libraries which shall be referenced in the configuration records. This shall be applicable to documentations, license information, software and hardware configuration images.

Our submission is either include a CMDB discovery tool and provide specifications for the same or please remove this clause.

The conditions mentioned in the RFP shall be applicable.

Page 9: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

9

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

41. Storage is one of the most important component where the data is going to reside

OEM for Storage equipment’s should be in the top Five positions in terms of market share in India as per latest available IDC report or should be present in latest Gartner magic Quadrant leaders segment

Query reference not found.

42. Who will provide UG MAP of fiber cable laying ?

MSI to survey and develop the UG Map for OFC laying.

43. Each WIFI Access point will connect with individual fiber ?

The RFP is self-explanatory.

44. Redundancy plan of UG fiber laying?

As per Bidder's Solution.

45. Any fixed Band width assigned to WIFI Access device ( Download & Upload Speed)

The RFP is self-explanatory.

46. Any Specific model for WIFI Access points?

The RFP is self-explanatory.

47. Who will provide Band width? The RFP is self-explanatory.

48. Earthing of WIFI access points? The RFP is self-explanatory.

49. HDD details in UG fiber laying? The RFP is self-explanatory.

50. End Point APT Specifications

The bidder shall propose an endpoint based solution to protect all the systems across branches from Advanced Targeted Attacks and APT's

The conditions mentioned in the RFP shall be applicable.

51. End Point APT Specifications

The proposed solution shall work on a signature-less mechanism to stop threats without relying on a database to be present at the endpoint

The conditions mentioned in the RFP shall be applicable.

52. End Point APT Specifications

The proposed solution shall work as an independent module without relying on other endpoint and

The conditions mentioned in the RFP shall be applicable.

Page 10: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

10

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

network systems for its functionality

53. End Point APT Specifications

The proposed solution shall be capable of working along with all leading endpoint AV vendors without needing to replace them

The conditions mentioned in the RFP shall be applicable.

54. End Point APT Specifications

The proposed solution shall utilize layered and defense in depth approach, wherein the solution cannot be of the same make as existing endpoint AV

The conditions mentioned in the RFP shall be applicable.

55. End Point APT Specifications

The proposed endpoint solution should support detecting of all malware types, both known and unknown. The movement of all known and unknown malware should be tracked and reported across the endpoints.

The conditions mentioned in the RFP shall be applicable.

56. End Point APT Specifications

The proposed endpoint solution should be able to support continuous and root cause analysis to help in triaging of security incidents.

The conditions mentioned in the RFP shall be applicable.

57. End Point APT Specifications

Security vendor must have a dedicated research organisation that is focused on vulnerability research and should actively contribute to discoveries of new vulnerabilities exploited in the wild.

The conditions mentioned in the RFP shall be applicable.

58. End Point APT Specifications

Software footprint should be small <100MB and must support interactive and/or silent install

The conditions mentioned in the RFP shall be applicable.

59. End Point APT Specifications

Endpoint software must be easy to deploy and support (not limited to) deployment through 3rd party systems management tools

The conditions mentioned in the RFP shall be applicable.

Page 11: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

11

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

60. End Point APT Specifications

Root cause analysis on a suspected machines should include the following capability: (1) Sequential and chronological trace of events with details including host, username, IP, client application involved (2) Details should highlight which file/process/services that affected

The conditions mentioned in the RFP shall be applicable.

61. End Point APT Specifications

Proposed endpoint software should support malware tracking and provide visualization at the network level: systems and users affected, patient zero, and method/point of entry.

The conditions mentioned in the RFP shall be applicable.

62. End Point APT Specifications

Proposed system must support continuous and persistent monitoring of files to detect polymorphic and time bound malware whenever they start turning bad and shall not be only an on-demand scan mechanism

The conditions mentioned in the RFP shall be applicable.

63. End Point APT Specifications

Proposed endpoint software must be capable to block CnC communications and dropper activity and contain the spread of malware

The conditions mentioned in the RFP shall be applicable.

64. End Point APT Specifications

Remediation at endpoints for incident response should include (and not limited to): (1) Track and capture files on suspected machine with option for lookups on suspected devices (2) Block of files / process / services that are showing malicious behaviours (3) Dropper detection and blocking of

The conditions mentioned in the RFP shall be applicable.

Page 12: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

12

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

downloads via URL / sites (4) Submit suspected malicious files for further analysis

65. End Point APT Specifications

The proposed solution shall have the capability to quarantine the malicious application/program/file automatically without quanratining the entire user machine from network which would affect business productivity of the user

The conditions mentioned in the RFP shall be applicable.

66. End Point APT Specifications

No information from the endpoint shall be sent to cloud and the solution shall be completely air-gapped

The conditions mentioned in the RFP shall be applicable.

67. End Point APT Specifications

The proposed solution shall have the capability to work with Indicators of Compromise (IOC's)

The conditions mentioned in the RFP shall be applicable.

68. End Point APT Specifications

The proposed solution shall provide the capability to write/upload custom IOC's

The conditions mentioned in the RFP shall be applicable.

69. End Point APT Specifications

The proposed solution shall provide details to enable forensic analysis of incidents

The conditions mentioned in the RFP shall be applicable.

70. End Point APT Specifications

Solution shall also include an on-prem Malware Analysis Solution to submit suspicious samples for further analysis in a controlled virtual environment

The conditions mentioned in the RFP shall be applicable.

71. End Point APT Specifications

Malware analysis solution should be custom built and not open source or generic sandbox and should provide: (1) anaylsis reports (2) threat score of the sample (3) ability to queque samples, (4) impact analysis (5) Global Threat

The conditions mentioned in the RFP shall be applicable.

Page 13: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

13

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Intelligence

72. End Point APT Specifications

The solution should be capable of inspecting MS Office Documents, Portable Documents, Archive Files, Multimedia Files and executable binaries

The conditions mentioned in the RFP shall be applicable.

73. End Point APT Specifications

The solution shall have the capability to let the user modify parameters within the VM to observe changes in malware behaviour

The conditions mentioned in the RFP shall be applicable.

74. End Point APT Specifications

The proposed solution shall have the capability to continuously track a file's disposition based on global intelligence and do a retrospective block and alert if the file has exhibited malicious traits globally even if the file hasn't started behaving maliciously locally

The conditions mentioned in the RFP shall be applicable.

75. End Point APT Specifications

The proposed Malware Analysis Solution should have integrated Redundant Power Supply

The conditions mentioned in the RFP shall be applicable.

76. End Point APT Specifications

The proposed Malware Analysis Solution should run at least 28VM's within the environment

The conditions mentioned in the RFP shall be applicable.

77. End Point APT Specifications

The proposed Malware Analysis Solution should have 10Gig interfaces by default

The conditions mentioned in the RFP shall be applicable.

78. Anti-APT (Advance Persistent Threat)

Anti-APT solution should be appliance based and should offer a minimum throughput of 2 Gbps

The conditions mentioned in the RFP shall be applicable.

79. Anti-APT (Advance Persistent

Appliance should support at least 8 * 1Gbps ports and 2 * 10G ports

The conditions mentioned in the RFP shall be applicable.

Page 14: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

14

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Threat)

80. Anti-APT (Advance Persistent Threat)

Appliance shall provide a separate management port

The conditions mentioned in the RFP shall be applicable.

81. Anti-APT (Advance Persistent Threat)

Appliance should provide at least 3 Million concurrent sessions

The conditions mentioned in the RFP shall be applicable.

82. Anti-APT (Advance Persistent Threat)

Appliance should be capable of working in Inline Blocking mode without depending on other network components like a separate FW, IPS or Web Security Appliance

The conditions mentioned in the RFP shall be applicable.

83. Anti-APT (Advance Persistent Threat)

Appliance should have fail-open capabilities for all ports

The conditions mentioned in the RFP shall be applicable.

84. Anti-APT (Advance Persistent Threat)

Appliance should have dual hot-swappable power supplies

The conditions mentioned in the RFP shall be applicable.

85. Anti-APT (Advance Persistent Threat)

Proposed solution should include an on-prem sandbox and no file shall be sent outside of our premises

The conditions mentioned in the RFP shall be applicable.

86. Anti-APT (Advance Persistent Threat)

Solution should be capable of blocking callbacks to CnC Servers

The conditions mentioned in the RFP shall be applicable.

87. Anti-APT (Advance Persistent Threat)

Solution should be capable of blocking threats based on both signatures and behaviour

The conditions mentioned in the RFP shall be applicable.

Page 15: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

15

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

88. Anti-APT (Advance Persistent Threat)

Proposed solution should be capable of employing an extensive set of contextual information (e.g., pertaining to the composition, configuration, and behavior of the network and its hosts) to improve the efficiency and accuracy of both manual and automatic analysis of detected events.

The conditions mentioned in the RFP shall be applicable.

89. Anti-APT (Advance Persistent Threat)

Proposed solution's detection rules should be based on an extensible, open language that enables users to create their own rules, as well as to customize any vendor-provided rules.

The conditions mentioned in the RFP shall be applicable.

90. Anti-APT (Advance Persistent Threat)

Propsoed solution should be capable of blocking threats on the following protocols: HTTP, HTTPS, SMTP, IMAP, POP3, FTP & NetBIOS-ssn

The conditions mentioned in the RFP shall be applicable.

91. Anti-APT (Advance Persistent Threat)

The solution should be capable of executing MS Office Documents, Portable Documents, Archive Files, Multimedia Files and executable binaries in a virtual sandbox environment

The conditions mentioned in the RFP shall be applicable.

92. Anti-APT (Advance Persistent Threat)

The solution should be capable of exempting specific hosts from specific compliance rules and suppressing corresponding compliance events and alerts.

The conditions mentioned in the RFP shall be applicable.

93. Anti-APT (Advance Persistent Threat)

The solution should be capable of gathering Active Directory user identity information, mapping IP addresses to username and passively gathering information

The conditions mentioned in the RFP shall be applicable.

Page 16: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

16

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

about network devices including but not limited to: ● Operating system vendor ● Operating system version ● Network protocols used, e.g. IPv6, IPv4 ● Network services provided, e.g. HTTPS, SSH ● Open ports, e.g. TCP:80 ● Client applications installed and type, e.g. Chrome - web browser ● Web applications access, e.g. Facebook, Gmail ● Risk and relevance ratings should be available for all applications ● Potential vulnerabilities ● Current User ● Device type, e.g. Bridge, Mobile device ● Files transferred by this device / user

94. Anti-APT (Advance Persistent Threat)

The solution should be capable of gathering Active Directory user identity information, mapping IP addresses to username, and making this information available for event management purposes as well as access control policy decisions.

The conditions mentioned in the RFP shall be applicable.

95. Anti-APT (Advance Persistent Threat)

The solution should detect and classify mobile devices as mobile devices. For example: iPad, iPhone and Blackberry devices. These devices should be discovered and related back to the user, applications, and possible services they offer

The conditions mentioned in the RFP shall be applicable.

Page 17: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

17

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

96. Anti-APT (Advance Persistent Threat)

The solution should be capable of whitelisting trusted applications from being inspected to avoid business applications from being affected & in turn productivity

The conditions mentioned in the RFP shall be applicable.

97. Anti-APT (Advance Persistent Threat)

The solution should be capable of blocking traffic based on geo locations to reduce the attack landscape and to protect communication to unwanted detinations based on geography

The conditions mentioned in the RFP shall be applicable.

98. Anti-APT (Advance Persistent Threat)

The solution shall be able to detect attacks on 64-bit operating systems

The conditions mentioned in the RFP shall be applicable.

99. Anti-APT (Advance Persistent Threat)

All the devices shall be managed centrally and should be capable of • Centralized, life cycle management for all sensors • Aggregating all events and centralized, real-time monitoring and forensic analysis of detected events • Must provide a highly customizable dashboard

The conditions mentioned in the RFP shall be applicable.

100. Anti-APT (Advance Persistent Threat)

The sandbox should be appliance based with the ability to run multiple versions of Windows within the same environment

The conditions mentioned in the RFP shall be applicable.

101. Anti-APT (Advance Persistent Threat)

The Sandbox should be a proprietary custom built malware analysis solution and not open source or generic sandbox

The conditions mentioned in the RFP shall be applicable.

102. Anti-APT (Advance

The Sandbox should be a propreitary custom built malware

The conditions mentioned in the RFP shall be applicable.

Page 18: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

18

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Persistent Threat)

analysis solution and not open source or generic sandbox and should provide: • anaylsis reports • threat score of the sample • ability to queque samples, • impact analysis • Global Threat Intelligence

103. Anti-APT (Advance Persistent Threat)

Sandbox shall be able to detect memory residing malware

The conditions mentioned in the RFP shall be applicable.

104. Anti-APT (Advance Persistent Threat)

The solution shall have the capability to let the user modify parameters within the VM to observe changes in malware behaviour

The conditions mentioned in the RFP shall be applicable.

105. Anti-APT (Advance Persistent Threat)

The proposed solution shall have the capability to continuously track a file's disposition based on global intelligence and do a retrospective block and alert if the file has exhibited malicious traits globally even if the file hasn't started behaving maliciously locally

The conditions mentioned in the RFP shall be applicable.

106. Network Behavior Analysis

Should have an automated discovery function to identify network devices and capture information such as IP address, OS, services provided, other connected hosts.

The conditions mentioned in the RFP shall be applicable.

107. Network Behavior Analysis

Should capture signature / heuristics based alerts and block the same

The conditions mentioned in the RFP shall be applicable.

108. Network Behavior

Should Identify the source of an attack and should not block

The conditions mentioned in the

Page 19: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

19

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Analysis legitimate users RFP shall be applicable.

109. Network Behavior Analysis

Should identify worms through techniques such as identifying the use of normally inactive ports or identification of network scanning activities

The conditions mentioned in the RFP shall be applicable.

110. Network Behavior Analysis

The solution should be capable of detecting denial‐of‐service (DoS) and distributed denial‐of‐service (DDoS) attacks including floods of all types (ICMP, UDP, TCP SYN, TCP NULL, IP NULL etc.), identify the presence of botnets in the network, identify DNS spoofing attack etc.

The conditions mentioned in the RFP shall be applicable.

111. Network Behavior Analysis

Should be capable of conducting protocol analysis to detect tunneled protocols, backdoors, the use of forbidden application protocols etc.

The conditions mentioned in the RFP shall be applicable.

112. Network Behavior Analysis

Should utilize Anamoly detection methods to identify attacks such as zero-day exploits, self-modifying malware, attacks in the ciphered traffic or resource misuse or misconfiguration.

The conditions mentioned in the RFP shall be applicable.

113. Network Behavior Analysis

Should support the capability to instruct network security devices such as firewalls to block certain types of traffic or route it to quarantine VLANS

The conditions mentioned in the RFP shall be applicable.

114. Network Behavior Analysis

Should support the capability to run an administrator specified script if a certain malicious activity is detected/NBA system should have ability to create ACLs that can be manually edited and pushed to

The conditions mentioned in the RFP shall be applicable.

Page 20: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

20

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

network switches or firewalls to block the further spread of the malware/worm while allowing legitimate traffic to continue

115. Network Behavior Analysis

The system should be able to monitor flow data between various VLANS

The conditions mentioned in the RFP shall be applicable.

116. Network Behavior Analysis

Should support the capability to identify network traffic from high risk applications such as file sharing, peer‐to‐peer, etc.

The conditions mentioned in the RFP shall be applicable.

117. Network Behavior Analysis

Should support the capability to link usernames to IP addresses for suspected security events.

The conditions mentioned in the RFP shall be applicable.

118. Network Behavior Analysis

Should support the capability to extract user defined fields (including source and destination IPs, source and destination MAC address, TCP/UDP ports or ICMP types and codes, no. of packets and no. of bytes transmitted in a session, timestamps for start and end of session etc.) from captured packet data and then utilize fields in correlation rules.

The conditions mentioned in the RFP shall be applicable.

119. Network Behavior Analysis

Should support the capability Application profiling in the system and should also support custom applications present or acquired by the bank/customer

The conditions mentioned in the RFP shall be applicable.

120. Network Behavior Analysis

Solution should be compatible with a virtual environment.

The conditions mentioned in the RFP shall be applicable.

121. Network Behavior

The solution should provide access to raw as well as processed logs

The conditions mentioned in the RFP shall be applicable.

Page 21: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

21

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Analysis

122. Network Behavior Analysis

Dashboard should have the facility to be configured according to user profile

The conditions mentioned in the RFP shall be applicable.

123. Network Behavior Analysis

System should support event forwarding for SMTP, SYSLOG & SNMP for high risk issues

The conditions mentioned in the RFP shall be applicable.

124. Network Behavior Analysis

The solution must allow analysis by grouping of network segments such as User VLAN, Management VLAN, Server Farms etc.

The conditions mentioned in the RFP shall be applicable.

125. Network Behavior Analysis

Solution should be able to track user’s activities locally and remote network sites and should be able to report usage behavior across the entire network.

The conditions mentioned in the RFP shall be applicable.

126. Network Behavior Analysis

Solution should support ubiquitous access to view all reporting functions using an internet browser.

The conditions mentioned in the RFP shall be applicable.

127. Network Behavior Analysis

The solution should support the identification of applications tunneling on other ports

The conditions mentioned in the RFP shall be applicable.

128. Network Behavior Analysis

Solution should be able to collect security and network information of servers and clients without the usage of agents

The conditions mentioned in the RFP shall be applicable.

129. Network Behavior Analysis

The solution should be able to conduct de-duplication of redundant flow identified in the network to improve performance

The conditions mentioned in the RFP shall be applicable.

130. Network Behavior Analysis

The solution should support all forms of flows including but not limited to cisco netflow, juniper jflow, sflow, ipfix for udp etc.

The conditions mentioned in the RFP shall be applicable.

Page 22: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

22

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

131. Network Behavior Analysis

Solution should provide application bandwidth utilization graph for various applications which should include bandwidth consumption for top hosts and trends on network bandwidth utilization.

The conditions mentioned in the RFP shall be applicable.

132. Network Behavior Analysis

Solution should probe the network in a manner so that impact on network performance is minimal.

The conditions mentioned in the RFP shall be applicable.

133. Network Behavior Analysis

Should support both in line and offline modes.

The conditions mentioned in the RFP shall be applicable.

134. Network Behavior Analysis

The tool should have a system for interactive event identification and rule creation

The conditions mentioned in the RFP shall be applicable.

135. Network Behavior Analysis

Devices / applications those do not support flows, the solution should be capable to generate its own flows for monitoring.

The conditions mentioned in the RFP shall be applicable.

136. Network Behavior Analysis

Solution should have facility to assign risk and credibility rating to events.

The conditions mentioned in the RFP shall be applicable.

137. Network Behavior Analysis

Solution should support traffic rate up to 1Gbps

The conditions mentioned in the RFP shall be applicable.

138. Next Generation Firewall- Technical Specifications

Industry Certifications and Evaluations ●The Firewall solution offered must be rated as ‘leaders’ or 'Challengers' in the latest Magic Quadrant for Firewall published by Gartner. ● The Firewall solution offered must have 99% breach detection rate in NSS Lab test reports.

The conditions mentioned in the RFP shall be applicable.

Page 23: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

23

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

139. Next Generation Firewall- Technical Specifications

Hardware Architecture ● The appliance based security platform should be capable of providing firewall, application visibility, and IPS functionality in a single appliance ● The appliance should support atleast 8 * (1G / 10G) ports and 2 * 40 G ports from Day one and should be scalable to more 2 * 40G ports in future ● The appliance hardware should be a multicore CPU architecture with a hardened 64 bit operating system to support higher memory ● Proposed Firewall should not be proprietary ASIC based in nature & should be open architecture based on multi-core cpu's to protect & scale against dynamic latest security threats.

The conditions mentioned in the RFP shall be applicable.

140. Next Generation Firewall- Technical Specifications

Performance & Scalability ● Should support atleast 10 Gbps of production performance / multiprotocol combined firewall & IPS throughput ● Firewall should support atleast 14,000,000 concurrent sessions ● Firewall should support atleast 160,000 connections per second ● Firewall should support atleast 1000 VLANs

The conditions mentioned in the RFP shall be applicable.

141. Next Generation Firewall- Technical Specifications

Firewall Features ● Firewall should provide application detection for DNS, FTP, HTTP, SMTP,ESMTP, LDAP, MGCP, RTSP, SIP, SCCP,

The conditions mentioned in the RFP shall be applicable.

Page 24: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

24

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

SQLNET, TFTP, H.323, SNMP ● Firewall should support creating access-rules with IPv4 & IPv6 objects simultaneously ● Firewall should support operating in routed & transparent mode ● Should support Static, RIP, OSPF, OSPFv3 and BGP ● Firewall should support manual NAT and Auto-NAT, static nat, dynamic nat, dynamic pat ● Firewall should support Nat66 (IPv6-to-IPv6), Nat 64 (IPv6-to-IPv4) & Nat46 (IPv4-to-IPv6) functionality ● Firewall should support Multicast protocols like IGMP, PIM, etc ● Should support security policies based on security group names in source or destination fields or both ● Should support capability to limit bandwidth on basis of apps / groups, Networks / Geo, Ports, etc

142. Next Generation Firewall- Technical Specifications

High-Availability Features ●Firewall should support Active/Standby failover ● Firewall should support etherchannel functionality for the failover control & date interfaces for provide additional level of redundancy ● Firewall should support redundant interfaces to provide interface level redundancy before device failover ● Firewall should support 802.3ad Etherchannel functionality to increase the bandwidth for a

The conditions mentioned in the RFP shall be applicable.

Page 25: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

25

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

segment. ● Firewall should have integrated redundant power supply ● Firewall should have redundant hot-swappable FANs

143. Next Generation Firewall- Technical Specifications

Next Generation IPS ● Should have the capability of passively gathering information about virtual machine traffic, network hosts and their activities, such as operating system, services, open ports, client applications, and vulnerabilities, to assist with multiple activities, such as intrusion event data correlation, elimination of false positives, and policy compliance. ● Should be capable of dynamically tuning IDS/IPS sensors (e.g., selecting rules, configuring policies, updating policies, etc.) with minimal human intervention. ● Should be capable of automatically providing the appropriate inspections and protections for traffic sent over non-standard communications ports. ● Should be able to link Active Directory and/or LDAP usernames to IP addresses related to suspected security events. ● Should be capable of detecting and blocking IPv6 attacks. ●Should support the capability to quarantine end point ● Solution should support full-featured NBA capability to detect

The conditions mentioned in the RFP shall be applicable.

Page 26: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

26

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

threats emerging from inside the network. This includes the ability to establish “normal” traffic baselines through flow analysis techniques (e.g., NetFlow) and the ability to detect deviations from normal baselines. ● The solution must provide IP reputation feed that comprised of several regularly updated collections of poor repuration of IP addresses determined by the proposed security vendor ● Solution must support IP reputation intelligence feeds from third party and custom lists of IP addresses including a global blacklist. ● Should must support URL and DNS threat inetllifence feeds to protect against threats ● Should support Reputation- and category-based URL filtering offering comprehensive alerting and control over suspect web traffic and enforces policies on more than 280 million of URLs in more than 80 categories. ● Should support safe search for YouTube EDU enforcement ● Solution must be capable of passively gathering details unique to mobile devices traffic to identify a wide variety of mobile operating systems, mobile applications and associated mobile device hardware. ● Should support more than 4000 application layer and risk-based

Page 27: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

27

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

controls that can invoke tailored intrusion prevention system (IPS) threat detection policies to optimize security effectiveness. ● Must be capable of providing network-based detection of malware by checking the disposition of known files in the cloud using the SHA-256 file-hash as they transit the network and capability to do dynamic analysis on-premise (if required in future) on purpose built-appliance ● The Appliance OEM must have its own threat intelligence analysis center and should use the global footprint of security deployments for more comprehensive network protection. ● The detection engine should support capability of detecting and preventing a wide variety of threats (e.g., malware, network probes/reconnaissance, VoIP attacks, buffer overflows, P2P attacks, etc.). ● Should be able to identify attacks based on Geo-location and define policy to block on the basis of Geo-location ● The detection engine should support the capability of detecting variants of known threats, as well as new threats ● The detection engine must incorporate multiple approaches for detecting threats, including at a minimum exploit-based signatures,

Page 28: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

28

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

vulnerability-based rules, protocol anomaly detection, and behavioral anomaly detection techniques. Identify and explain each type of detection mechanism supported. ● Should support Open based Applicaion ID for access to community resources and ability to easily customize security to address new and specific threats and applications quickly

144. Next Generation Firewall- Technical Specifications

Management ● The management platform must be accessible via a web-based interface and ideally with no need for additional client software ● The management platform must provide a highly customizable dashboard. ● The management platform must be capable of integrating third party vulnerability information into threat adjustment routines and automated tuning workflows ● The management platform must be capable of role-based administration, enabling different sets of views and configuration capabilities for different administrators subsequent to their authentication. ● Should support REST API for monitoring and config programmability ● The management platform must provide multiple report output types or formats, such as PDF, HTML,

The conditions mentioned in the RFP shall be applicable.

Page 29: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

29

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

and CSV. ● The management platform must support multiple mechanisms for issuing alerts (e.g., SNMP, e-mail, SYSLOG). ● The management platform must provide robust reporting capabilities, including a selection of pre-defined reports and the ability for complete customization and generation of new reports. ● The management platform must risk reports like advanced malware, attacks and network ● The management platform must include an integration mechanism, preferably in the form of open APIs and/or standard interfaces, to enable events and log data to be shared with external network and security management applications, such as Security Information and Event Managers (SIEMs), and log management tools.

145. Network Access Control & Authentication Specification

Proposed solution should be in leaders quadrant for Network Admission Control of Gartner's latest Magic quadrant

The conditions mentioned in the RFP shall be applicable.

146. Network Access Control & Authentication Specification

The Solution should provide a highly powerful and flexible attribute-based access control solution that combines authentication, authorization, and accounting (AAA); posture; profiling; BYOD, and guest management services on a single platform.

The conditions mentioned in the RFP shall be applicable.

Page 30: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

30

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

147. Network Access Control & Authentication Specification

Solution should include all required licenses to perform above mentioned capabilities for 10,000 endpoints from day one

The conditions mentioned in the RFP shall be applicable.

148. Network Access Control & Authentication Specification

It should allow enterprises to authenticate and authorize users and endpoints via wired, wireless, and VPN with consistent policy throughout the enterprise

The conditions mentioned in the RFP shall be applicable.

149. Network Access Control & Authentication Specification

Provides complete guest lifecycle management by empowering sponsors to on-board guests

The conditions mentioned in the RFP shall be applicable.

150. Network Access Control & Authentication Specification

Solution should be dedicated appliance based with each appliance supporting 10,000 endpoints from day one

The conditions mentioned in the RFP shall be applicable.

151. Network Access Control & Authentication Specification

Proposed solution should include two appliances to be configured in Active/Standby

The conditions mentioned in the RFP shall be applicable.

152. Network Access Control & Authentication Specification

Delivers customizable self service portals as well as the ability to host custom web pages to ease device and guest on-boarding, automate endpoint secure access and service provisioning, and enhance the overall end-user experience inside business-defined workflows

The conditions mentioned in the RFP shall be applicable.

153. Network Access

Enforces security policies by blocking, isolating, and repairing

The conditions mentioned in the RFP shall be applicable.

Page 31: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

31

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Control & Authentication Specification

noncompliant machines in a quarantine area without requiring administrator attention

154. Network Access Control & Authentication Specification

Offers a built-in monitoring, reporting, and troubleshooting console to assist helpdesk operators and administrators streamline operations

The conditions mentioned in the RFP shall be applicable.

155. Network Access Control & Authentication Specification

Allows you to get finer granularity while identifying devices on your network with Active Endpoint Scanning

The conditions mentioned in the RFP shall be applicable.

156. Network Access Control & Authentication Specification

Utilizes standard RADIUS protocol for authentication, authorization, and accounting (AAA).

The conditions mentioned in the RFP shall be applicable.

157. Network Access Control & Authentication Specification

Supports a wide range of authentication protocols, including PAP, MS-CHAP, Extensible Authentication Protocol (EAP)-MD5, Protected EAP (PEAP), EAP-Flexible Authentication via Secure Tunneling (FAST), and EAP-Transport Layer Security (TLS).

The conditions mentioned in the RFP shall be applicable.

158. Network Access Control & Authentication Specification

Offers a rules-based, attribute-driven policy model for creating flexible and business-relevant access control policies. Provides the ability to create fine-grained policies by pulling attributes from predefined dictionaries that include information about user and endpoint identity, posture validation, authentication protocols, profiling

The conditions mentioned in the RFP shall be applicable.

Page 32: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

32

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

identity, or other external attribute sources. Attributes can also be created dynamically and saved for later use

159. Network Access Control & Authentication Specification

Provides a wide range of access control mechanisms, including downloadable access control lists (dACLs), VLAN assignments, URL redirect

The conditions mentioned in the RFP shall be applicable.

160. Network Access Control & Authentication Specification

Should have predefined device templates for a wide range of endpoints, such as IP phones, printers, IP cameras, smartphones, and tablets.

The conditions mentioned in the RFP shall be applicable.

161. Network Access Control & Authentication Specification

It should allow Administrators to create their own device templates. These templates can be used to automatically detect, classify, and associate administrative-defined identities when endpoints connect to the network. Administrators can also associate endpoint-specific authorization policies based on device type.

The conditions mentioned in the RFP shall be applicable.

162. Network Access Control & Authentication Specification

The Solution should have capability to collect endpoint attribute data via passive network telemetry, querying the actual endpoints, or alternatively from the infrastructure via device sensors on switches.

The conditions mentioned in the RFP shall be applicable.

163. Network Access Control & Authentication Specification

Solution should allow end users to interact with a self-service portal for device on-boarding, providing a registration vehicle for all types of devices as well as automatic supplicant provisioning and

The conditions mentioned in the RFP shall be applicable.

Page 33: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

33

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

certificate enrollment for standard PC and mobile computing platforms.

164. Network Access Control & Authentication Specification

Should support full guest lifecycle management, whereby guest users can access the network for a limited time, either through administrator sponsorship or by self-signing via a guest portal. Should include guest portal customize from day one

The conditions mentioned in the RFP shall be applicable.

165. Network Access Control & Authentication Specification

Verifies endpoint posture assessment for PCs connecting to the network. Should be a persistent client-based agent to validate that an endpoint is conforming to a company's posture policies. Provides the ability to create powerful policies that include but are not limited to checks for the latest OS patches, antivirus and antispyware software packages with current definition file variables (version, date, etc.), registries (key, value, etc), and applications.

The conditions mentioned in the RFP shall be applicable.

166. Network Access Control & Authentication Specification

Allows administrators to quickly take corrective action (Quarantine, Un-Quarantine, or Shutdown) on risk-compromised endpoints within the network. This helps to reduce risk and increase security in the network.

The conditions mentioned in the RFP shall be applicable.

167. Network Access Control & Authentication Specification

Enables administrators to centrally configure and manage profiler, posture, guest, authentication, and authorization services in a single web-based GUI console, greatly

The conditions mentioned in the RFP shall be applicable.

Page 34: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

34

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

simplifying administration by providing consistency in managing all these services.

168. Network Access Control & Authentication Specification

Includes a built-in web console for monitoring, reporting, and troubleshooting to assist help-desk and network operators in quickly identifying and resolving issues. Offers comprehensive historical and real-time reporting for all services, logging of all activities, and real-time dashboard metrics of all users and endpoints connecting to the network.

The conditions mentioned in the RFP shall be applicable.

169. Network Access Control & Authentication Specification

should include The conditions mentioned in the RFP shall be applicable.

170. Network Access Control & Authentication Specification

Should support consistent policy in centralized and distributed deployments that allows services to be delivered where they are needed

The conditions mentioned in the RFP shall be applicable.

171. Network Access Control & Authentication Specification

Solution should have capability to determine whether users are accessing the network on an authorized, policy-compliant device.

The conditions mentioned in the RFP shall be applicable.

172. Network Access Control & Authentication Specification

Solution should have capability to establish user identity, location, and access history, which can be used for compliance and reporting.

The conditions mentioned in the RFP shall be applicable.

173. Network Access

Solution should support the following endpoint checks for

The conditions mentioned in the

Page 35: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

35

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Control & Authentication Specification

compliance for windows endpoints: Check process, registry, file & application Check operating system/service packs/hotfixes check for Antivirus installation/Version/ Antivirus Definition Date check for Antispyware installation/Version/ Antispyware Definition Date Check for windows update running & configuration

RFP shall be applicable.

174. Network Access Control & Authentication Specification

Solution should be able to integrate with the following MDM vendors like: Airwatch, Good, Mobileiron, Zenprise,etc

The conditions mentioned in the RFP shall be applicable.

175. Network Access Control & Authentication Specification

Solution should support receiving updated endpoint profiling policies and the updated OUI database as a feed from the OEM database.

The conditions mentioned in the RFP shall be applicable.

176. Network Access Control & Authentication Specification

Should support Identity source sequences which defines the order in which the solution will look for user credentials in the different databases. Solution should support the following databases: •Internal Users, Internal Endpoints, Active Directory, LDAP, RSA, RADIUS Token Servers, Certificate Authentication Profiles

The conditions mentioned in the RFP shall be applicable.

177. Network Access

Solution should have profiling capabilities integrated into the

The conditions mentioned in the RFP shall be applicable.

Page 36: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

36

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Control & Authentication Specification

solution in order to detect headless host. The profiling features leverage the existing infrastructure for device discovery. Should support the use of attributes from the following sources or sensors: * Profiling using MAC OUIs * Profiling using DHCP information * Profiling using RADIUS information * Profiling using HTTP information * Profiling using DNS information / Nessus * Profiling using NetFlow information / Onguard Agent * Profiling using SPAN/Mirrored traffic

178. Network Access Control & Authentication Specification

Should support oubleshooting & Monitoring Tools

The conditions mentioned in the RFP shall be applicable.

179. Suggested Pre-Qualifying Criteria for OEMs

The major OEMs of the equipment’s quoted for, should be profitable in the last 3 consecutive financial Years.

The conditions mentioned in the RFP shall be applicable.

180. Suggested Pre-Qualifying Criteria for OEMs

Keeoing in view of the criticality of the application n adhere to SLA of the application n buisness continuty , its recomended that the major OEMs of the equipment’s postioned in the RFP should support 4 hours delivery against defectives in at-least 5 major cities in India. OEM should have 24x7x365 technical assistance support center (TASC) in India. TASC should provide

The conditions mentioned in the RFP shall be applicable.

Page 37: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

37

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

online website and phone number to register service request, service request can be raise by partner and customer.

181. Suggested Pre-Qualifying Criteria for OEMs

The OEM of the equipment’s quoted for should have a minimum of 10 custom paid spare depots in India to support failure of equipment’s.

The conditions mentioned in the RFP shall be applicable.

182. Suggested Pre-Qualifying Criteria for OEMs

The OEM should have option of supporting customers directly if needed & the support information including delivery against defectives or status of case should be available through web portals. OEM should have industry leading service supply chain in this regard.

The conditions mentioned in the RFP shall be applicable.

183. Suggested Pre-Qualifying Criteria for OEMs

> Switching and Wireless OEM should preferably be in Gartner’s leaders & Challengers Magic Quadrant for the Wired and Wireless LAN Access Infrastructure > Data Center Networking OEM should preferably be in Gartner’s leaders & Challengers Magic Quadrant for Data Center Networking > Firewall & IPS OEM should preferably be in Gartner’s leaders & Challengers Magic Quadrant for either of Enterprise Network Firewalls or Intrusion Prevention Systems > Server OEM should preferably be in Gartner’s leaders & Challengers Magic Quadrant for Servers > IP Telephony & EPBX OEM

The conditions mentioned in the RFP shall be applicable.

Page 38: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

38

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

should preferably be in Gartner’s leaders & Challengers Magic Quadrant for Unified Communications

184. Suggested Pre-Qualifying Criteria for OEMs

OEM shall have certification ISO 9001:2000 & ISO 14001.

The conditions mentioned in the RFP shall be applicable.

185. Suggested Pre-Qualifying Criteria for OEMs

In order sustain n support the platform for min 5-7 years, it is strongly recomended that OEM should not declare the equipment proposed End of Support till at least 5 years from Date of Bidding. Confirmation from OEM signed by Power of attorney should be furnished for same

The conditions mentioned in the RFP shall be applicable.

186. Suggested Pre-Qualifying Criteria for OEMs

SI and OEM should not have been blacklisted by any sovereign government and barred from participating in government projects due to security reasons in the last five years.

The conditions mentioned in the RFP shall be applicable.

187. Suggested Pre-Qualifying Criteria for OEMs

OEM should be registered company under Stock Market/ The OEM should be a publicly listed Company.

The conditions mentioned in the RFP shall be applicable.

188. Suggested Pre-Qualifying Criteria for OEMs

OEM should have registered office in India at least from last 10 Years and should software development center in India.

The conditions mentioned in the RFP shall be applicable.

189. Suggested Pre-Qualifying Criteria for OEMs

OEM of should have minimum 100 Cr. turnover.

The conditions mentioned in the RFP shall be applicable.

Page 39: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

39

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

190. Suggested Pre-Qualifying Criteria for OEMs

OEM should have minimum 1000 Employee on company payroll.

The conditions mentioned in the RFP shall be applicable.

191. Suggested Pre-Qualifying Criteria for OEMs

The Smart City IoT supplier should be industry leader and belong to leader quadrant of the "Navigant Research Leaderboard Report for Smart City Supplier.

The conditions mentioned in the RFP shall be applicable.

192. Suggested Pre-Qualifying Criteria for OEMs

Keeping in view of the quality n criticality of the project, its strongly recommended that the OEM products reflected in Gartner's leader quadrant n SMART city platform refelected in Navigant Research leaderbard will be most prefered.

The conditions mentioned in the RFP shall be applicable.

193. Suggested OEM Marking( During QCBS Evaluation)

Solutions being proposed againt the RFP : OEM Qualification as per Gartner Magic Quadrant for the products available in Gartner evaluation: Marks would be awarded as per the following criteria: Leaders (2 Marks) Challenger (1 Marks) Visionaries (0.5 Marks) Niche Players (0.5 Marks) Not present in Quadrant (0 Marks) Magic Quadrant for the Wired and Wireless LAN Access Infrastructure: 2 Marks Magic Quadrant for Data Center Networking: 2 Marks Magic Quadrant for either of Enterprise Network Firewalls or Intrusion Prevention Systems: 2

The conditions mentioned in the RFP shall be applicable.

Page 40: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

40

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Marks Magic Quadrant for Servers: 2 Marks Magic Quadrant for Unified Communications: 2 Marks

194. Suggested OEM Marking( During QCBS Evaluation)

Solutions being proposed against the RFP : OEM Qualification as per Navigant Research Leaderboard Report for Smart City Suppliers Marks would be awarded as per the following criteria: Leaders (5 Marks) Contenders (2 Marks) Challengers (1 Marks) Followers (1 Marks) Not present in Quadrant (0 Marks)

The conditions mentioned in the RFP shall be applicable.

195. TR 6.201 The switches shall be powered by 12/24/48VDC or 24VAC input as per the design requirements with dual redundant inputs and integrated power supply. The terminal blocks for the power supply options shall support reliable, maintenance-free connections.

Normally the hardened switches comes with fan less design and with internal power supply the switch is bulky and it reduces the MTBF of the switch. External power supply provides flexibility to attach the power supply directly or power supply can be remotely connected using a cable, which enables rack mounting using the mounting ears provided with the unit. This feature allows for space-sensitive installations requiring reduced depth (for example, in a wall mounted cabinet). So we request you to update this as integrated or external power supply.

The conditions mentioned in the RFP shall be applicable.

196. TR 7.792 The cabinets shall be IP55 rated. Please clarify why IP55 required? Is this going for outdoor application. If it is indoor application, IP20 rack is

The RFP is self-explanatory.

Page 41: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

41

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

recommended.

197. 208 3.8.1.1 However, an internim connectivity, MSI may leverage telecom connectvity from different ISP's.

Please provide the details of ISP providers, which have been using for Existing Bhubaneswar intranet network?

The conditions mentioned in the RFP shall be applicable.

198. 208 3.8.1.1 It is envisaged end to end fibre optic network shall be owned by BSCL.MSI shall built the network during the course of contract

Hope the fibre optic network will be in underground cabling? Necessary ROW approval assistance will be provided by BSCL? Kindly confirm

The RFP is self-explanatory. Refer to addendum for RoW.

199. 209 3.8.1.2 Six secondary POP Kindly provide the location details of Six nos. of secondary POP which is connected to ICOMC. Also provide the distance between the Six nos. of Secondary POP Location and ICOMC

The conditions mentioned in the RFP shall be applicable.

200. 209 Section 5 BSCL network shall be able to generate revenue for BSCL so that it is sustainable and profitable. This may be achieved by leasing dark fibre or bandwidth (of BSCL network) to other agencies.

Please provide clarity on dark fibre. This fiber will be diployed by BSCL or Service Providers can play a role on this fibre piece.

The RFP is self-explanatory.

201. 210 Section 5 The proposed backbone network connectivity between each Point of Presence and ICOMC shall be through dedicated fibre strands. The cable for backbone connectivity shall be 48 strands single mode fibre cable. This cable will have redundant building entrances at each POP site and will terminate on redundant network switching electronics to eliminate any common points of failure for the backbone communications. All

Previde provide clarity on this backbone connectivity piece. Will it be a captive Backbone for BSCL. Also suggest what will be the role of service provider.

Refer to Corrigendum.

Page 42: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

42

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

backbone electronics will be sized with sufficient capacity to support the redundant and future network traffic in order to allow complete traffic rerouting on the backbone, in the event of a fibre or switch failure without impacting network performance.

202. 211 REQUEST FOR PROPOSAL, /Distribution Architecture

Distribution Architecture The distribution architecture will be Layer 2 based and is designed for 10GE ring configuration for the fibre optic network. This ring will be created using a combination of redundant POPs and geographically diverse paths wherever available. The cable for distribution connectivity shall be 48 strands single mode fibre cable. The distribution fibre will be used to connect a particular ‘zone’ from a respective POP. This zone will include mini POPs, Street Cabinets, and/or BSCL buildings.

Kindly confirm total number of Distribution Nodes to be considered in entire Distribution Architecture as this is 10 GE Ring with 48 F Fiber Cable Termination Serving the "Zone "consists of mini POPs, Street Cabinets, and/or BSCL buildings.

Refer to Corrigendum.

203. 211 REQUEST FOR PROPOSAL, /Distribution Architecture

Distribution Architecture The distribution architecture will be Layer 2 based and is designed for 10GE ring configuration for the fibre optic network. This ring will be created using a combination of redundant POPs and geographically diverse paths wherever available. The cable for distribution connectivity shall

As per RFP , Distribution Architecture is planned with 48 strands single mode fibre cable but 48 Count FTP ( Fiber Termination Panel)not has been considered in RFP under Unpriced BOQ. Kindly Consider and confirm the Quantity.

Refer to Corrigendum.

Page 43: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

43

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

be 48 strands single mode fibre cable. The distribution fibre will be used to connect a particular ‘zone’ from a respective POP. This zone will include mini POPs, Street Cabinets, and/or BSCL buildings.

204. 212 Section 3.8.2 Wi-Fi shall be provided at no cost to the user for 30 minutes or 50 MB (whichever happens earlier) at 2 Mbps download per user per session. Post this, the MSI may create custom plans for the user based on consultations with the Client. The target contention ratio for the Wi-Fi services shall be 1:200.

From TR.6.390 on 600 the requirement is for 100 concurent users. From contention ration of 1:200 we underatand the number of users connected per AP should be 200. Please clarify how many connected user per AP is required ?

200 concurrent users.

205. 212 3.8.2.2. Architecture

The approach for Wi-Fi is that BSCL will invest in building the Wi-Fi infrastructure including access points and associated hardware and software, and will provide fibre to each of the access points for backhaul purposes. However, the MSI will have a neutral operator responsible for operating the Wi-Fi network and will also be responsible for providing the raw bandwidth for the Wi-Fi network. This neutral operator will act as an operator of operators i.e. tenant based model who in-turn will offer Wi-Fi services from various telecom

Please clarify the scope of Service provider for WiFi connectivity and also how payment terms for WiFi service provider

The RFP is self-explanatory.

206. 212 ICOMC_MSI_Service ,

City Wide Wi-Fi has the following business requirements:

We are assuming City Wide Wi-Fi integration ( for example crowd

The RFP is self-explanatory.

Page 44: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

44

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

3.8.2. City Wide Wi-Fi

information) with City Digital Platform is required , Kindly confirm.

207. 212 3.8.2 Further, 3G/4G offload can also be supported using city Wi-Fi network.

How many operators for mobile offload can be for foreseen and would the client facilitate that

To be discussed with Successful Bidder.

208. 214 ICOMC_MSI_RFP_BBSR 3.9.1. Overview

In addition to ICOMC there will be 15 agency specific Command Control Centre – the initial list of agencies is as follows: Police including Traffic Police • BMC • Electricity Department • Fire Department • Ambulance • BPTSL

Please provide the List of 15 Agency Specific Command Center.

The RFP is self-explanatory.

209. 214 3.8.4.1 Dismantling of old streetlight poles for replacement with smartpoles shall be in the scope of MSI

Please confrim how many old smart street light poles to be replaced with new poles?

The conditions mentioned in the RFP shall be applicable.

210. 214 3.8.4. Smart Poles, 3.8.4.1., Overview

Dismantling of old streetlight poles (if applicable) for replacement with smart poles shall be under the scope of the MSI. If any equipment is dismantled, MSI shall hand over the equipment to BSCL in working condition.

a. Kindly clarify details of old streetlight poles which will be dismantled b. If any identified streetlights being dismantled are not in working condition then kindly clarify what is to be done?

The conditions mentioned in the RFP shall be applicable.

211. 214 3.9. Intelligent City Operations and Management Centre (ICOMC) 3.9.1.

The Command Control Centre will house an Intelligent City Operations and Management Centre (ICOMC) and Command Centre for other agencies. The individual Command Centres would be used by respective agencies to monitor their

A. What will be the locations of all these 16 command centers? Will they be located within same premises? B. What will be scope of operations of 15 command centers?

The RFP is self-explanatory.

Page 45: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

45

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Overview functions and responsibilities. In addition to ICOMC there will be 15 agency specific Command Control Centre – the initial list of agencies is as follows:

212. 214 Volume 1,3.9. Intelligent City Operations and Management Centre (ICOMC)

In addition to ICOMC there will be 15 agency specific Command Control Centre – the initial list of agencies is as follows: •Police including Traffic Police • BMC • Electricity Department • Fire Department • Ambulance • BPTSL

Please clarify if our understanding is correct. The bidder needs to provide Command centers for Police including Traffic Policedepartment ,BMC department,Electricity Department department,Fire Department department,Ambulance department and BPTSL department. Please share the list of other departments which require command control center.

The RFP is self-explanatory.

213. 214 3.8.4.1 MSI shall install smart poles at strategic locations as approved by the Client. MSI shall coordinate with respective agencies for all necessary RoWs , approvals, permits, civil works, sanctions associated with smart poles; All electrical, civil and mechanical works associated with implementing smart poles shall be under the scope of the MSI.

ROW is generally in client scope in all the safe city and smart city jobs. Hence request you to please remove from MSI scope.

Refer to Addendum.

214. 214 3.8.4.1 Dismantling of old streetlight poles (if applicable) for replacement with smart poles shall be under the scope of the MSI . If any equipment is dismantled, MSI shall hand over

Pl. clarify if any such lights to be removed and clarify the quantity since cost is associated to it

The conditions mentioned in the RFP shall be applicable.

Page 46: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

46

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

the equipment to BSCL in working condition.

215. 214 3.9.2 ICOMC - Integartion with Existing ERP & E- Governance initiatives - Complete integration/upgrade of existing ERP/E-Gov Systems for seamless service delivery to citizens

Pl. clarify is it only integration or upgrade of existing system? this will have huge cost imact.

MSI to propose ERP Solution

216. 176 ICOMC_MSI_RFP, RFP section-5 of section 2.7

The city does not own any fiber-optic network . It leases lines from network service providers like everyone else

What is the MSI scope in fiber optic network. Will service provider do the fiber network or to be done by the MSI? The fiber and duct quantity given in the BOQ of this RFP 124 is for what purpose

The RFP is self-explanatory.

217. 176 2.7 As per the Wi-Fi DPR, there will be 3500-5000 access points. Street light poles situated at a distance of 70m to be used as the point for access points.

We presume that the Street light poles are already available for bidders to utilize for Wi Fi and any delay with respect to the installation of poles shall not be accountable for the same. Kindly confirm

Yes.

218. 559 5 Technical Requirements

FR 6.12 : End-to-end fibre optic infrastructure shall include only single mode Optical Fibre Cable (OFC), loose tube, armoured cable configuration rated for outdoor installations.

1. Cable shall be single sheath single armoured or double sheath single armoured ? 2. Armouring shall be metallic steel tape armouring or glass yarns non-metallic armouring ?

Refer to Corrigendum.

219. 560 REQUEST FOR PROPOSAL, / 5.6. Communications Network

Fibre Optic Civil Infrastructure – Trench/Duct/Manhole/Handhole: FR6.9: 1x25mm (OD) HDPE duct to connect every field device access switch location.

In unpriced BOQ Sheet, It is mentioned 1X20 mm (OD), Kindly clarify this is 20 mm or 25 mm ?

Refer to Corrigendum.

220. 562 FR 6.45 Stacked and interconnected Layer-2, industrial grade

Removal Request: Stacking is not required at the industrial grade

Refer to Corrigendum.

Page 47: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

47

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Ethernet switches shall be installed at field cabinets for distribution to field devices and plots.

switches as requirement is for standalone switches only. Moreover stacking requirement in industrial grade swicthes is not allowing some of leading OEM to participate so kindly remove the same.

221. 563 ICOMC_MSI_RFP_BBSR.pdf Section 5 – Technical Requirements FR 6.60

The EMS shall be able to support the proposed hardware and software components (IT and Non-IT) deployed over the tenure of the Contract. The EMS shall be capable of providing early warning signals to the Helpdesk Agents on the performance issues, and future infrastructure capacity augmentation. The EMS shall also support single pane / dashboard with visibility across multiple areas of applications for monitoring.

It is understood that by Non -IT, the department wants to monitor non - IT components like UPS etc which are SNMP enabled. Kindly confirm.

Yes.

222. 564 ICOMC_MSI_RFP, Helpdesk FR 6.63 clause

Help desk facility shall be provided through Toll-free lines, landlines, helpdesk tool, E-mail, direct walk-in etc.

Hope only the fixed One time cost and fixed rental costs of Toll free needs to be considered in the bid by the bidder. Pls clarify

Please refer to Section 6.2 on Page 718 on Client responsibility. Anything that is not mentioned in this section is the responsibility (including cost) of the Bidder.

223. 564 ICOMC_MSI_RFP, Helpdesk FR 6.63 clause

Help desk facility shall be provided through Toll-free lines, landlines, helpdesk tool, E-mail, direct walk-in etc.

Since the toll free calls will vary each month, suggest the recurring costs for the toll free calls to be paid by the client after end of each month.

Please refer to Section 6.2 on Page 718 on Client responsibility. Anything that is not mentioned in this section is the responsibility (including cost) of the Bidder. Also refer to addendum.

224. 564 ICOMC_MSI_RFP_BBSR,Enterprise Management

The EMS shall be able to support the proposed hardware and software components (IT and Non-IT) deployed over the

EMS should be application for IT devices because Non-IT devices will come along with there element managers, hence it will be

The RFP is self-explanatory.

Page 48: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

48

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

System tenure of the Contract. The EMS shall be capable of providing early warning signals to the Helpdesk Agents on the performance issues, and future infrastructure capacity augmentation. The EMS shall also support single pane / dashboard with visibility across multiple areas of applications for monitoring.

monitored by their respective element managers. So please remove the Non-IT term from this requirement. Or please elaborate what functionalities are expected from EMS for Non-IT devices?

225. 564 ICOMC_MSI_RFP_BBSR,Help Desk

The helpdesk shall be a web enabled management system with SMS and email based alert system for the Helpdesk Call management and SLA reporting.

is bidder expected to supply SMS gateway & email servers or the customer would provide the same?

Under Bidder Scope. Refer to Addendum.

226. 566 R+B1818+C1817

Laying of PLB HDPE Duct in Open Trench /TR 6.21/ The minimum depth at which the duct shall be laid will be in compliance with DOT norms and telecom best practices.

Being a City area , We recommend Trench Depth to be considered 1.2 Meter. Kindly confirm.

The conditions mentioned in the RFP shall be applicable.

227. 566 REQUEST FOR PROPOSAL, /TR - 6 Technical Requirements

HDPE Duct: TR 6.15/ The duct shall be supplied with at least 0.6mm diameter in-built copper tracer wire. The tracer wire shall be 12 gauge, copper 600V insulated blue wire in all empty conduits. The tracer wire shall interconnect in the manholes and handholes. Tracer wire terminals shall have a tag to identify it as BSCL fibre. This tracer wire shall be provided for all sections where there is open trenching.

In 4X40 HDPE Duct , Tracer wire will be in all 4 No. HDPE Duct ? Kindly clarify .

Refer to Corrigendum.

Page 49: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

49

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

228. 566 REQUEST FOR PROPOSAL, /TR - 6 Technical Requirements

HDPE Duct: TR 6.15/ The duct shall be supplied with at least 0.6mm diameter in-built copper tracer wire. The tracer wire shall be 12 gauge, copper 600V insulated blue wire in all empty conduits. The tracer wire shall interconnect in the manholes and handholes. Tracer wire terminals shall have a tag to identify it as BSCL fibre. This tracer wire shall be provided for all sections where there is open trenching.

Tracer wire is applicable in 1X20 mm HDPE Duct also ? Kindly confirm .

Yes.

229. 569 REQUEST FOR PROPOSAL, /Fibre Optic Splice Closure (FOSC)

TR 6.47/ Duct Route Indicators/ Prefabricated or Precast RCC duct route Indicators are needed to be placed on the Duct Route for open trench. • The route indicator shall be made of RCC material. It shall have embedded on both sides “BSCL OFC”. • The route indicator shall be provided based on standard DOT practices. • Route indicators shall be fixed at every 50 meter interval in city area and at both ends of the road crossing.

In City Eco system, fixing of permanent RCC Route Marker may not be feasible hence suggest to install Electronic Route marker at every 250 meter (At every MH/HH) .

The conditions mentioned in the RFP shall be applicable.

230. 573 5 Technical Requirements

TR-6.72 : ITU-T G.652- Characteristics of a single-mode optical fibre and cable. 6.73 : ANSI/ICEA S-87-640-1999 - Standard for Optical Fibre Outside Plant

This clauses mentions about the generic requirments of the optical fiber cable, while specifica requirmeent of the optical fiber cable is not given. So what shall be values for the below mentioned

As per Bidder Solution. Overall requirements of the RFP shall be met.

Page 50: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

50

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

6.74 : Telcordia GR-20: Generic Requirements for Optical Fibre and Optical Fibre Cable. 6.75 : All applicable TIA/EIA standards for single mode fibre cable and those listed in these technical requirements.

parameters: 1. Loose tube size ? 2. Central strength member material & size ? 3. Single sheath or double sheath ? 4. Sheath thickness ? 5. Armouring type metallic or non-metallic ? 6. Cable drum length ?

231. 577 REQUEST FOR PROPOSAL, /Installation Requirements:

Installation Requirements:/ TR 6.108/ A 30m slack per cable in every manhole and 15m slack per cable inside every handhole shall be placed along the fibre optic cable route as per BSCL requirement.

15 Meter Slack Per Cable in every Handhole, We understand total 15 meter slack to be kept as single cable is passing through .

The RFP is self-explanatory.

232. 577 5 Technical Requirements

TR-6.117 : Crush And Impact Test (Outdoor Cable): A crush and impact test shall be carried out on a sample of cable approximately 10 m in length according to the method stated in EIA-455- 41, and EIA-455-25A /IEC 794. Optical loss measurements are to be made at the 1550 nm nominal wavelength. A permanent or temporary increase in the attenuation loss value greater than 1.0 dB/test-fibre-km shall constitute failure.

Testing method is given while testing value is not mentioned. So can we consider crush test with 2000N for 10 min as per IEC 60794-1-2-E3 & Impact test with 25N, 0.5m, 3 impact at 3 different impact points as per IEC 60794-1-2 E4.

The RFP is self-explanatory.

233. 577 5 Technical Requirements

TR 6.118 : Twist And Flexibility Test: A twist and flexibility test shall be carried out on a sample of cable approximately 5 m in length

Testing method is given while testing value is not mentioned. So can we consider twist test with 2m as per IEC 60794-1-2-E7 & flexibility test as per IEC 60794-1-2-

The RFP is self-explanatory.

Page 51: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

51

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

according to the methods stated in EIA-455- 85/IEC 794, and EIA-455-104. Optical loss measurements are to be made at the 1550 nm nominal wavelength. A permanent or temporary increase in the attenuation loss value greater than 1.0 dB/test fibre-km shall constitute failure.

E8.

234. 577 5 Technical Requirements

TR 6.82 : When Optical Time Domain Reflectometer (OTDR) is used, measurements shall be made from both directions and the results shall be averaged.

As per worldwide standard method can we go ahead with one direction measurement method instead of both direction & then average, considering the small drum length. While we'll complied the attenuation criteria.

The RFP is self-explanatory.

235. 577 5 Technical Requirements

TR 6.119 Water Ingress Test: A water ingress test shall be carried out on a sample of cable according to the requirements of EIA-455-82A/IEC 794. No water shall leak through the open end of the 1.0m test sample.

As per IEC 60794-E5 standard which says sample shall be 3 m with 1 m water head. Also considering armoured cable design can we go ahead with 3m sample length instead of 1m.

The RFP is self-explanatory.

236. 580 REQUEST FOR PROPOSAL, /Fibre Optic Splice Closure (FOSC)

Fibre Optic Splice Closure (FOSC)/TR 6.142/ Be capable of accepting minimum six (6) cables in a butt splice configuration. Any additional cables shall be supported using standard accessories provided by the manufacturer.

As per Standard , It is available five (5) Cables entry configuration . Kindly Clarify.

The RFP is self-explanatory.

237. 581 REQUEST FOR PROPOSAL,

TR 6.162/ Each splice tray shall accommodate minimum 48

Suggest to have each splice tray to accommodate 24 fibres .

The RFP is self-explanatory.

Page 52: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

52

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

/Fibre Distribution and Management System (FDMS)/

fibres.

238. 582 TR 6.195 The distribution switches i.e. switches installed inside field cabinets shall have at least 16 10/100/1000 Base TX ports with at least three (3) 10 Gigabit Ethernet Fibre SFP ports for backhaul connectivity.

The port density specified is vendor specific , kindy allow bidders to choose either a 4 port or 8 port based on the actual need of the location and locations where 16 ports would be demanded kindly allow the bidders to bid with 2 * 8 ports which would also increase the reliability and avoid a single point of failure of 16 edge devices

Refer to Corrigendum.

239. 582 TR 6.196,Layer 2- Industrial Grade Field Switch

The access switches i.e. switches installed on street light poles shall have at least 8 10/100/1000 Base TX ports with at least four (4) 1 Gigabit Ethernet Fibre SFP ports for backhaul connectivity.

Addition Request: Switch should support IPv6 First Hop Security features including RA guard, ND inspection, DHCPv6 guard, Neighbor binding table (Snooping and static entries) and Neighbor binding integrity check. For the successful IPv6 deployments at government networks, it is important that the IPv6 deployments are secure and are of a service quality that equals that of the existing IPv4 infrastructure There should functional parity between IPv4 and IPv6, so switch should support basic IPv6 First Hop Security features to extend the advanced threat protection to IPv6.

Refer to Corrigendum.

240. 582 TR 6.195 , Distribution Switch

The distribution switches i.e. switches installed inside field cabinets shall have at least 16

Amendment Request: The distribution switch will act as a PE device from the perspective of an

Refer to Corrigendum.

Page 53: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

53

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

10/100/1000 Base TX ports with at least three (3) 10 Gigabit Ethernet Fibre SFP ports for backhaul connectivity.

IP/MPLS architecture & design, where all MPLS services (L3 VPN, L2 VPN, TE etc.) will start. The traffic seggregation for different services will start right from the MPLS PE device (distribution switch).For example, seggregation of citi wi-fi traffic from TSP , parking sensors etc, will happen right on this MPLS PE box through the use of separate VRFs/ L3 VPN. We strongly recommend to start the MPLS from the distribution switch and include all the L3 and MPLS related features in this. Assuming that the above query is approved, the distribution switch role will move from a regular layer 2 switch to a MPLS PE router/Switch.Hence, all the industrial grade switch feature set should be removed and the IP/MPLS featureset should be applied to it.

241. 582 TR 6.197 , Distribution Switch

The industrial grade switches shall at a minimum carry IP30 rating.

Amendment Request: The distribution switch with 16 interfaces is going to be installed as street agrregation layer and SI need to deisgn consideing outdoor deployment, hence would not need IP 30 grade specs, it should only be temp hardended with -40 to 65 C . Further IP MPLS feature set in not very common in industrail grade swicthes, so request you to remove IP30 compliance for distribution

The conditions mentioned in the RFP shall be applicable.

Page 54: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

54

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

switches and only keep extended temprature range as alreadined defined in RFP i.e .0°C to +65°C.

242. 582 TR 6.198 , Distribution Switch

IEEE 802.1q for VLAN tagging, 802.1p for CoS, 802.1X for Authentication and 802.3ad for port trunk LACP.

Amendment Request: The 802.1x standard is basically for the user authentication,but in this case, we do not see any requirement for any user authentication on this device. Hence, we request to remove the same from the requirement.

Refer to Corrigendum.

243. 582 TR 6.198, Distribution Switch

The industrial grade switches shall support – IEEE 802.1D for STP, 802.1w for Rapid STP, 802.1s for Multiple Spanning Tree Protocols.

Amendment Request: The switch will act as a distribution layer device,hence, it will also act as a l2/l3 boundary and will possibly run routing protocols. All the upstream links will be on L3 and hence running STP on these L3 links will not add any value. Rather, the loop avoidance can be handled by the Layer3 routing protocols. Hence, we are requesting to remove the STP clause from the RFP.

Refer to Corrigendum.

244. 582 TR 6.196,Layer 2- Industrial Grade Field Switch

The access switches i.e. switches installed on street light poles shall have at least 8 10/100/1000 Base TX ports with at least four (4) 1 Gigabit Ethernet Fibre SFP ports for backhaul connectivity.

Addition Request: Switch should support IPv6 First Hop Security features including RA guard, ND inspection, DHCPv6 guard, Neighbor binding table (Snooping and static entries) and Neighbor binding integrity check. For the successful IPv6 deployments at government networks, it is important that the IPv6 deployments are secure and are of a service quality that equals that of the existing IPv4 infrastructure There should functional parity between IPv4 and IPv6, so switch should

The conditions mentioned in the RFP shall be applicable.

Page 55: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

55

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

support basic IPv6 First Hop Security features to extend the advanced threat protection to IPv6.

245. 582 TR 6.195 , Distribution Switch

The distribution switches i.e. switches installed inside field cabinets shall have at least 16 10/100/1000 Base TX ports with at least three (3) 10 Gigabit Ethernet Fibre SFP ports for backhaul connectivity.

Amendment Request: The distribution switch will act as a PE device from the perspective of an IP/MPLS architecture & design, where all MPLS services (L3 VPN, L2 VPN, TE etc.) will start. The traffic seggregation for different services will start right from the MPLS PE device (distribution switch).For example, seggregation of citi wi-fi traffic from TSP , parking sensors etc, will happen right on this MPLS PE box through the use of separate VRFs/ L3 VPN. We strongly recommend to start the MPLS from the distribution switch and include all the L3 and MPLS related features in this. Assuming that the above query is approved, the distribution switch role will move from a regular layer 2 switch to a MPLS PE router/Switch.Hence, all the industrial grade switch feature set should be removed and the IP/MPLS featureset should be applied to it.

Refer to Corrigendum.

246. 583 TR 6.195 The distribution switches i.e. switches installed inside field cabinets shall have at least 16 10/100/1000 Base TX ports with at least three (3) 10

Its not common for reputed Industrial grade switch vendor to have 10 G uplink and the application to be used seems could be acumulated withing 1 Gbps or LACP ( IEEE 802,3ad) could be

Refer to Corrigendum.

Page 56: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

56

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Gigabit Ethernet Fibre SFP ports for backhaul connectivity.

used based on the anticipated bandwidth requirement with out overkilling the budget and teh same time maintaining vendor neutrality . Its also not similar in all reputed vendor to have 16 Port industrila grade switch and 8 port switch will be offering more granular architecture maintaining the avaiablity and flexibility in the network . Recommendation/Suggestion: Kindly amend as "The distribution switches i.e. switches installed inside field cabinets shall have at least 8 10/100/1000 Base TX ports with at least three (3) 1 Gigabit Ethernet Fibre SFP ports for backhaul connectivity.

247. 583 TR 6.204 , Layer 2 Industrial Grade Field Switch

All Layer 2 switches at a minimum shall support the following: • Dynamic Trunking Protocol • Spanning Tree Route Guard

Amendment Request: The Type 1 layer-2 switch will be a single switch installed on the top of the pole and will not be connected to any other layer 2 switch through a trunk link. Rather, the only network bound connection it will have , will be to the Distribution layer switch which will be an IP/MPLS enabled Layer 3 device. Hence, there is no need to enable either DTP or STP Root guard on these switches. Hence, we request to remove these from the list.

Refer to Corrigendum.

248. 583 Layer 2- Industrial Grade Field Switch

Active Electronics: Ethernet Switch – Layer 2- Industrial Grade Field Switch

Clarification Request: Please advise if the switch should have capability of auto detection and plug and play of the device connected to network

Refer to Corrigendum.

Page 57: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

57

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

such as camera & IP phones etc. This is very important from the field switch at street layer from security point as well, so that it can identify the end point and profile them.

249. 583 Layer 2- Industrial Grade Field Switch

Active Electronics: Ethernet Switch – Layer 2- Industrial Grade Field Switch

Clarification Request:Please advise if you are looking for Switch to have ability to classify traffic and do QoS configuration automatically for different end points like cameras, IP phones etc.

Refer to Corrigendum.

250. 583 Layer 2- Industrial Grade Field Switch

Active Electronics: Ethernet Switch – Layer 2- Industrial Grade Field Switch

Amendment Request: As asked switch is industrial Ethernet Switch and expected to provide connectivity to various sensors, so it recommend that switch should support various industrial Ethernet standards as well such as NEMA TS2, ODVA Industrial EtherNet/IP, ABB IT Certificate etc.

Refer to Corrigendum.

251. 583 Layer 2- Industrial Grade Field Switch

Active Electronics: Ethernet Switch – Layer 2- Industrial Grade Field Switch

Amendment Request: Switch should support shock and vibration standards such as IEC 60068-2-27 (Operational Shock, Non-Operational Shock), IEC 60068-2-6, IEC 60068-2-64, EN61373 (Operational Vibration, Non-operational Vibration).

Refer to Corrigendum.

252. 583 Layer 2- Industrial Grade Field Switch

Active Electronics: Ethernet Switch – Layer 2- Industrial Grade Field Switch

Addition Request: The switch should support IEEE 1588v2 – Precision Time Protocol (PTP) , which helps in achieving clock accuracy through out the network in sub-microsecond (nanosecond) range, thus, making it suitable for measurement and control systems.

Refer to Corrigendum.

Page 58: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

58

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

253. 583 Layer 2- Industrial Grade Field Switch

Active Electronics: Ethernet Switch – Layer 2- Industrial Grade Field Switch

Addition Request: The switch should support IEEE 802.1AE for data confidentiality and integrity for media access independent protocols. The IEEE 802.1AE (MACsec) standard specifies a set of protocols to meet the security requirements for protecting data traversing Ethernet LANs. MACsec allows unauthorized LAN connections to be identified and excluded from communication within the network. In common with IPsec and SSL, Maces defines a security infrastructure to provide data confidentiality, data integrity and data origin authentication.

Refer to Corrigendum.

254. 584 TR 6.216 The Layer 3 based backbone Ethernet switch/router shall have minimum 8 SFP+ ports that are a minimum SFP+ links with 40 Gb/s connectivity including Copper and Fibre ports as per the design requirements. These ports shall support hot swap modules to support upgrade of ports in the future. Any attenuators required for inter-switch connectivity shall be provided by MSI

SFP+ ports refer to 10GbE and QSFP+ refer to 40GbE. Moreover, QSFP28 is the newer interface that refers to both 40GbE and 100GbE. Pls confirm the interface requirement clearly along with type of transceivers.

Refer to Corrigendum.

255. 584 TR 6.218 The backbone switch/router shall support IP/MPLS connectivity and shall be carrier grade. This clause shall not apply for Server/Workstation switches.

Request amend the clause to allow carrier/enterprise grade products so that leading OEMs can qualify.

The conditions mentioned in the RFP shall be applicable.

256. 584 TR 6.216 ,Type I -

The Layer 3 based backbone Ethernet switch/router shall have

Amendment Request: The backbone switch/router will

Refer to Corrigendum.

Page 59: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

59

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Backbone Ethernet Switch/Router

minimum 8 SFP+ ports that are a minimum SFP+ links with 40 Gb/s connectivity including Copper and Fiber ports as per the design requirements. These ports shall support hot swap modules to support upgrade of ports in the future. Any attenuators required for inter-switch connectivity shall be provided by MSI.

terminate maximum of 3-4* 40G connections and the ask for 8*40G connections on those routers will never be required. It may be the case that the backbone routers sitting inside the MAIN POP will require 6*40G links. But it will not be the case for the remaining of the backbone routers installed in the smaller POPs. Hence, Request to reduce the number of interfaces to minimum 4 instead.

257. 584 TR 6.217 ,Type I - Backbone Ethernet Switch/Router

The backbone switch/router shall have a minimum switching capacity of 640 Gbps, non-blocking.

Clarification request: Kindly advise if you are aksing 640 Gbps as full duplex or half duplex? Considering the maximum number of links terminating on a Backbone router is 6, the total throughput required will not cross (6x40G) 240 Gbps.Hence,there should not be a requirement for a device with 640Gbps capability. This should be reduced to 300 Gbps.

Refer to Corrigendum.

258. 585 TR 6.220 The core router shall have a minimum throughput of 80 Gbps per slot.

Considering the interfaces required currently and minimum expansion in future, Request amend the clause as "Core router shall have a minimum throughput of 200Gbps from day 1".

Refer to Corrigendum.

259. 585 TR 6.221 The core router shall have at least four (4) - 40 Gigabit Ethernet Small Form-Factor Plus Pluggable (SFP+) ports, and six (6) x GbE SFP ports.

SFP+ ports refer to 10GbE and QSFP+ refer to 40GbE. Moreover, QSFP28 is the newer interface that refers to both 40GbE and 100GbE. Pls confirm the interface requirement clearly along with type of transceivers.

Refer to Corrigendum.

Page 60: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

60

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

260. 585 TR 6.224 • VRF • Routing Information Protocol v2 (RIPv2), Enhanced Interior Gateway Routing Protocol (EIGRP), Open Shortest Path First Version 2 (OSPFv2), Border Gateway Protocol (BGP), and Intermediate System-to-System (IS-IS) • OPFv3, BGPv3, and EIGRPv6

EIGRP and EIGRPv6 are vendor specific protocols. Kindly allow equivalent offering to VRF. Request amend the clause to allow other leading OEMs participate in this prestigious project.

Refer to Corrigendum.

261. 585 TR 6.214 All switches shall have a Mean Time Between Failure (MTBF) of at least 250,000 hours.

Its apreciate to have this value vendorneutral so that all reputed vendor could offer their solution based on industry standard architecture and efficient design not restricted toany specific figure with out deviating the performance Recommendation/Suggestion : Pls amend as "All switches shall have a Mean Time Between Failure (MTBF) of at least 210,000 hours."

The conditions mentioned in the RFP shall be applicable.

262. 585 TR 6.218 The backbone switch/router shall support IP/MPLS connectivity and shall be carrier grade. This clause shall not apply for Server/Workstation switches. The backbone switch/router shall support IP/MPLS connectivity and shall be carrier grade. This clause shall not apply for Server/Workstation

Oits apreciate to have MPLS and IP both option as both would be complenetry and could be used as backup in a future proof manner . Recommendation/Suggestion: Kindly amend as "The backbone switch/router shall support IP/MPLS connectivity and shall be carrier grade. This clause shall not apply for Server/Workstation switches. The backbone switch/router shall support IP&MPLS connectivity and shall be carrier grade. This clause shall not apply for

The conditions mentioned in the RFP shall be applicable.

Page 61: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

61

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Server/Workstation "

263. 585 TR 6.224 Common Requirements – Switch/Router: EIGRP

EIGRP is proprietary to one OEM. Request to delete.

Refer to Corrigendum.

264. 586 TR 6.228 The switches/routers shall support at least one (1) dual personality port (RJ-45 or USB micro-B) serial console port.

Request remove dual-personality port and kindly consider suitable serial console port (RJ-45 or USB micro-B).

The conditions mentioned in the RFP shall be applicable.

265. 586 TR 6.233 The core router shall be chassis based with modular architecture for scalability with Redundant - Route Processor, Power supply, Switching fabric; and shall deliver multiple IP services over a flexible combination of interfaces.

Route processor and switching fabric are the terms used interchnageably in router's today and we under stand the requirement is to achieve redundancy in the same. Request revise the clause accordingly.

The conditions mentioned in the RFP shall be applicable.

266. 586 TR 6.238 The core router shall support 15000 multicast routes

Considering the overall requirement, 1000 multicast route entries would meet the functionality. Request consider minimum 4000 multicast routes so that leading OEMs can participate in this requirement.

Refer to Corrigendum.

267. 586 TR 6.227,Type I - Backbone Ethernet Switch/Router

All interfaces shall be modular. Amendment Request: All the OEMs have different devices with varied port densities starting from very low to very high. Hence, request to remove this clause to provide the OEMs with the free-hand to decide on the product placement

The conditions mentioned in the RFP shall be applicable.

268. 586 TR 6.238 The core router shall support 15000 multicast routes

Amendment request: This is a huge nunber of routes and will surely be not required on the core router. This should be changed to 4000 routes which is also going to be more than sufficient to handle the multicast traffic for the entire

Refer to Corrigendum.

Page 62: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

62

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

network. The amendment to this clause is very much required for all the leading OEms to participate

269. 586 TR 6.242 The core router at a minimum shall support the following protocols: 1. ANSI/TIA-1057 LLDP Media Endpoint Discovery (LLDP- MED) 2. IEEE 802.1w Rapid Reconfiguration of Spanning Tree

Amendment request: 1.LLDP-MED is an extension to the existing LLDP which is more than enough to identify the device type connected to the other side of the link. The additional information received through the MED extension is good to have but should not be a mandatory featureset. So request you to remove that. 2. IEEE 802.1w should not be a requirement on the core router as it will be a Layer3 device and a layer 2 loop avoidance mechanism cannot be a madatory feature, hence, it should be removed.

Refer to Corrigendum.

270. 587 TR 6.244 The core router shall support N+1 hot swappable redundant power supply module with redundant fan modules

We understand the requirement here is to achieve redundancy for power supplies as well as for the cooling mechanism of the router. Request amend as "Minimum 1+1 redundancy for power supplies as well as cooling fan"

Refer to Corrigendum.

271. 589 ICOMC_MSI_RFP_BBSR.pdf Section 5 – Technical Requirements TR 6.278

The NMS shall include all required licenses and shall be scalable for management of service provider configurations.

For a better and industry Standard solution it is very essential to have the functional requirements of the desired features. Request to kindly provide more functional requirements.

The RFP is self-explanatory.

272. 589 ICOMC_MSI_ The NMS shall provide features It is understood that by this point The conditions mentioned in the

Page 63: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

63

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

RFP_BBSR.pdf Section 5 – Technical Requirements TR 6.285

for security and accountability and shall generate a log file for any user access to configuration or platform changes.

the department seeks to ( Write what we do ) Kindly confirm

RFP shall be applicable.

273. 590 ICOMC_MSI_RFP_BBSR.pdf Section 5 – Technical Requirements TR 6.290

The NMS shall monitor as a minimum the base station units and the subscriber station units along with other IP enabled equipment that is being provided as part of this Project.

It is understood that will be monitoring the base station and the subscriber station units along with other IP enabled equipments, which are SNMP enabled. The industry standard NMS available in the market does the monitoring through SNMP. Kindly clarify if our understanding is right.

Yes.

274. 590 Network Management System (NMS)

The NMS shall be capable of managing any SNMP/ICMP device from any vendor.

Within the clause it's been asked to monitor any SNMP/ ICMP device from any vendor.

Query not clear.

275. 590 Network Management System (NMS)

SNMP traps for all IP enabled devices shall be provided by the respective product manufacturers

Within the clause it's been asked to provide SNMP traps for all IP enabled devices by the device manufacturers. Since SNMP traps are being asked by the device manufacturers; this is out of scope of NMS as NMS may not from the same manufacturer as of device. Our submission is to remove this clause.

The conditions mentioned in the RFP shall be applicable.

276. 590 Network Management System (NMS)

The NMS shall allow notifications to be automatically sent to phones, offsite workstations, etc. for efficient response.

Within the clause it's been asked t send notification to phones and offsite workstations. Our understanding is that by notifications to phone intent is to sent notification via SMS. Is our understanding correct? Please confirm.

Query addressed before.

Page 64: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

64

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

277. 591 TR 6.295 The NMS shall have secure wired and wireless guest access that provision controlled wireless access to tenants, while keeping the network secure

Please confirm what exactly are we referring by tenants here.In case it is the network operators/administrators,they will have secure wireless web based access to the system.Or does tenants here refer to the devices monitored itself?

Tenants are referred to the Guests accessing the devices.

278. 591 TR 6.293 The NMS hardware shall be externally powered using input voltage of 100-240VAC/50-60Hz

This is a Network vendor specific hardware requirement for running the software.Please remove this point from NMS/EMS Section.

The conditions mentioned in the RFP shall be applicable.

279. 591 TR 6.294 The NMS hardware shall be connected to the head-end switch using a CAT6 or better cable.

This is a Network vendor specific hardware requirement for running the software.Please remove this point from NMS/EMS Section.

The conditions mentioned in the RFP shall be applicable.

280. 591 ICOMC_MSI_RFP_BBSR.pdf Section 5 – Technical Requirements TR 6.315

The proposed solution shall proactively monitor all user transactions for any web-application hosted; detect failed transactions; gather evidence necessary for triage and diagnosis of problems that affect user experiences and prevent completion of critical business processes.

It is understood that the web-applications to be monitired are Java, .NET. Kindly clarify if our understanding is right.

Yes.

281. 591 ICOMC_MSI_RFP_BBSR.pdf Section 5 – Technical Requirements TR 6.315

The proposed solution shall proactively monitor all user transactions for any web-application hosted; detect failed transactions; gather evidence necessary for triage and diagnosis of problems that affect user experiences and prevent completion of critical business processes.

It is understood that the department is looking for an Mobile Apps Experience Analytics, which is an out of the box solution. Kindly confirm if our understanding is right ?

The conditions mentioned in the RFP shall be applicable.

Page 65: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

65

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

282. 591 TR-6 EMS/NMS What is the estimate of devices to be monitored by EMS/NMS

As per bidder's solution

283. 591 TR-6 EMS/NMS What is the count of helpdesk agents in EMS/NMS required as licenses would depend on that

As per bidder's solution

284. 591 Network Management System (NMS)

TR 6.293 The NMS hardware shall be externally powered using input voltage of 100-240VAC/50-60Hz.

Supplying the power is not part of Network monitoring software. Our submission is to remove this clause from NMS section and move it to appropriate section as this is part of the hardware implementation activity.

The conditions mentioned in the RFP shall be applicable.

285. 591 Network Management System (NMS)

TR 6.294 The NMS hardware shall be connected to the head-end switch using a CAT6 or better cable.

Our submission is that this is part of the implmentation activity and not a Network monitoring software functionality. Please remove this clause from NMS section and move it to appropriate section.

The conditions mentioned in the RFP shall be applicable.

286. 591 Network Management System (NMS)

The NMS shall have secure wired and wireless guest access that provision controlled wireless access to tenants, while keeping the network secure.

NMS will be used to perform network monitoring and is not supposed to be accessed by guest users. Also NMS being a monitoring solution is used to monitor network device availability and performance is not supposed to provide a fucntionality to provide wired or wireless access to guests. Gratning network access to guests should be controlled by network admins using appropriate element management system or tools. Our submission is to please remove this clause or move to appropriate section.

The conditions mentioned in the RFP shall be applicable.

287. 591 Network Management System (NMS)

The NMS shall have role-based access control provides flexibility to segment the wireless network

NMS will be used to perform network monitoring and is not supposed to be accessed by guest

The conditions mentioned in the RFP shall be applicable.

Page 66: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

66

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

into one or more virtual domains controlled by a single management platform.

users. Also NMS being a monitoring solution is used to monitor network device availability and performance is not supposed to provide a fucntionality to provide wired or wireless access to guests. Gratning network access to guests should be controlled by network admins using appropriate element management system or tools. Our submission is to please remove this clause or move to appropriate section.

288. 591 Network Management System (NMS)

The NMS must provide an interface for IT helpdesk personnel to create guest credentials.

NMS will be used to perform network monitoring and is not supposed to be accessed by guest users. Also NMS being a monitoring solution is used to monitor network device availability and performance is not supposed to provide a fucntionality to provide wired or wireless access to guests. Gratning network access to guests should be controlled by network admins using appropriate element management system or tools. Our submission is to please remove this clause or move to appropriate section.

The conditions mentioned in the RFP shall be applicable.

289. 591 Network Management System (NMS)

The proposed system shall provide a detailed asset report, organized by proper naming of all devices, listing all ports for all devices. The proposed system shall provide sufficient reports that identify unused ports in the managed network infrastructure that can be reclaimed and reallocated. The proposed

The second half of the clause is favoring a specific vendor where the functionality being asked to identify unused and dormant ports. Our submission is to please remove this clause.

The conditions mentioned in the RFP shall be applicable.

Page 67: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

67

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

system shall also intelligently determine which ports are operationally dormant.

290. 592 ICOMC_MSI_RFP_BBSR,Enterprise Management System (EMS) TR 6.305

The proposed system shall include the ability to monitor and visualize a virtualized system infrastructure by discovering and monitoring virtual machines and providing ability to depict the logical relationships between virtual servers and virtual machines.

What is meant by virtual server & virtual machine? As per my understanding, Relationship should be between physical server & virtual machine

Refer to Corrigendum.

291. 592 ICOMC_MSI_RFP_BBSR,Enterprise Management System (EMS) TR 6.309

The system shall be capable of managing IT and Non-IT resources in terms of the business services they support, specify and monitor service obligations, and associate users/Departments/ Organizations with the services they rely on and related Service/Operational Level Agreements. Presently, services shall include E-mail, Internet Access, Intranet and other services hosted.

EMS should be application for IT devices and for Non-IT devices will come along with there element managers, so please remove the Non-IT term from this requirement. Or please elaborate what functionalities are expected from EMS for Non-IT devices?

The RFP is self-explanatory.

292. 592 ICOMC_MSI_RFP_BBSR,Enterprise Management System (EMS) TR 6.315

The proposed solution shall proactively monitor all user transactions for any web-application hosted; detect failed transactions; gather evidence necessary for triage and diagnosis of problems that affect user experiences and prevent completion of critical business processes.

1- what would be expected end user who would access application? 2- How many applications would be available for monitoring? 3- What would be expected traffic per second on the web servers?

As per bidder's solution

Page 68: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

68

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

293. 592 Network Management System (NMS)

The proposed system shall include the ability to monitor and visualize a virtualized system infrastructure by discovering and monitoring virtual machines and providing ability to depict the logical relationships between virtual servers and virtual machines.

This clause is favoring a specific vendor.

Refer to Corrigendum.

294. 592 Network Management System (NMS)

The proposed solution shall detect virtual server and virtual machine configuration changes and automatically update topology and shall raise alarm when VM migrations happen between hosts.

This clause is favoring a specific vendor.

Refer to Corrigendum.

295. 593 ICOMC_MSI_RFP_BBSR.pdf Section 5 – Technical Requirements TR 6.334

The proposed tool shall be able to provide Log File Monitoring which enables administrator to watch system logs and text log files by specifying messages to watch for. When matching messages gets logged, the proposed tool shall notify administrators and enable to take action like sending an email.

It is understood that the department wishes to include: You can use syslog data to answer the following questions: What kinds of events are occurring? When did the event happen? Are the events happening in clusters? Are there any deviations in the events that are occurring? Which sources are generating the most events? Which key events are happening the most often? Are there any security issues occurring? What severity trends are occurring? the technical requirements of log analysis for Servers, network device & Application Server.out-of-the-box dashboards for the log types, full-

Yes. However, overall requirements should be met as per RFP.

Page 69: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

69

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

text search, and ad-hoc data exploration.It deliver a rich contextual intelligence to help speed root cause analysis and issue resolution. Please confirm if our understanding is right since we can do that with Syslog. Please confirm if our understanding is right.

296. 593 Vol 1 TR 6.323

The solution shall be deployable as an appliance-based system acting as a passive listener on the network thus inducing zero overhead on the network and application layer.

Request this clause be changed to "deployable to virtual or appliance based system". As keeping in virtual machines will ensure reusability of the hardware by other virtual systems ensuring reduction in cost and optimal usage of electricity

Refer to Corrigendum.

297. 593 Vol 1 TR 6.323 / 6.325

The solution shall be deployable as an appliance-based system acting as a passive listener on the network thus inducing zero overhead on the network and application layer.

Being passive with zero impact and giving response in realtime being pro-active are two contradictory rquirements . Kindly remove the passive listener portion

Refer to Corrigendum.

298. 594 ICOMC_MSI_RFP_BBSR.pdf Section 5 – Technical Requirements TR 6.354

The proposed system shall enable central management of user access privileges and allow deploying baseline security polices so that the right people have access to the right information. It shall proactively secure access to data and applications located on Linux, UNIX and Windows system servers.

Asked requiment should come in under Security section - user access privileges management ? Asked requirement is not related to traffic management.

Refer to Corrigendum.

299. 594 Systems and Database

The proposed system shall provide Performance

This clause is favoring a specific vendor.

Refer to Corrigendum.

Page 70: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

70

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Performance - Monitoring, Management and Reporting

Management and Reporting — Provides real-time and historical performance of physical and virtual environments enabling customers gain valuable insights of a given virtual container of the relative performance of a given Virtual Machine compared to other Virtual Machines, and of the relative performance of groups of Virtual Machines.

300. 595 TR 6.357 The solution shall provide a central web based integration point for NetFlow based reporting and able to report from a single console across at least 100,000 interfaces.

Considering the current infrastructure details mentioned as per RFP;100,000 interfaces is a huge number.Please clarify the total number of devices to be monitored,the total number of interfaces to be monitored and their type (physical/virtual)

Query addressed before.

301. 595 ICOMC_MSI_RFP_BBSR,Traffic Analysis through EMS TR 6.354

The proposed system shall enable central management of user access privileges and allow deploying baseline security polices so that the right people have access to the right information. It shall proactively secure access to data and applications located on Linux, UNIX and Windows system servers.

This point is not related to EMS ans this point is related to Identity & Access Management that should come in Security section. Please remove it from EMS section.

Query addressed before.

302. 595 ICOMC_MSI_RFP_BBSR,Incident Management and Root Cause Analysis

An information security incident is an event (or chain of events) that compromises the confidentiality, integrity or availability of information. All information security incidents that affect the information or

This point is not related to EMS ans this point is related to Identity & Access Management that should come in Security section. Please remove it from EMS section.

Refer to Corrigendum.

Page 71: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

71

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Reporting TR 6.359

systems of the enterprise (including malicious attacks, abuse / misuse of systems by staff, loss of power / communications services and errors by users or computer staff) shall be dealt with in accordance with a documented information security incident management process.

303. 595 TR 6.357 The solution shall provide a central web based integration point for NetFlow based reporting and able to report from a single console across at least 100,000 interfaces.

Considering the current infrastructure details mentioned as per RFP;100,000 interfaces is a huge number.Please clarify the total number of devices to be monitored,the total number of interfaces to be monitored and their type (physical/virtual)

Query addressed before.

304. 595 Traffic Analysis through EMS

The solution shall provide a central web based integration point for NetFlow based reporting and able to report from a single console across at least 100,000 interfaces.

This clause is favoring a specific vendor.

Query addressed before.

305. 595 Incident Management and Root Cause Analysis Reporting

An information security incident is an event (or chain of events) that compromises the confidentiality, integrity or availability of information. All information security incidents that affect the information or systems of the enterprise (including malicious attacks, abuse / misuse of systems by staff, loss of power / communications services and errors by users or computer

Functionality asked in the clause is related to security Incident Event Management (SIEM) domain instead of service desk incident management which is a service desk process. Our submission is to remove this clause or ask for complete SIEM solution as part of the solution/ RFP.

Query addressed before.

Page 72: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

72

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

staff) shall be dealt with in accordance with a documented information security incident management process.

306. 596 Incident Management and Root Cause Analysis Reporting

Information security incidents and weaknesses associated with information systems shall be communicated in a manner allowing timely corrective action to be taken.

Functionality asked in the clause is related to security Incident Event Management (SIEM) domain instead of service desk incident management which is a service desk process. Our submission is to remove this clause or ask for complete SIEM solution as part of the solution/ RFP.

Query addressed before.

307. 596 Incident Management and Root Cause Analysis Reporting

Controls related to incident management need to be implemented and each implemented control shall have a documentary evidence to substantiate and demonstrate effective implementation.

Funtionality asked is related to implementation; instead of a product feature. Our submission is to please remove this clause.

The conditions mentioned in the RFP shall be applicable.

308. 596 Change and Configuration Management

A configuration management database shall be established which stores unique information about each type Configuration Item CI or group of CI.

Within the EMS specifications datacenter discovery/ CMDB discovery has not been explicitly asked. To build/ populate CMDB automatically, a datacenter/ CMDB discovery tool must be required.

The conditions mentioned in the RFP shall be applicable.

309. 596 Change and Configuration Management

The Configuration Management Database (CMDB) shall be managed such that it ensures its reliability and accuracy including control of update access.

Within the EMS specifications datacenter discovery/ CMDB discovery has not been explicitly asked. To build/ populate CMDB automatically, a datacenter/ CMDB discovery tool must be required.

The conditions mentioned in the RFP shall be applicable.

310. 596 Change and Configuration Management

The degree of control shall maintain the integrity of services and service components taking into consideration the service

Within the EMS specifications datacenter discovery/ CMDB discovery has not been explicitly asked. To build/ populate CMDB

The conditions mentioned in the RFP shall be applicable.

Page 73: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

73

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

requirements and the risks associated with the CI.

automatically, a datacenter/ CMDB discovery tool must be required.

311. 597 TR 6.378 Master copies of CI shall be recorded in the CMDB and shall be stored in secure physical or electronic libraries which shall be referenced in the configuration records. This shall be applicable to documentations, license information, software and hardware configuration images.

Does this refer to maintaining software libraries.As per industry standard,maintainence of software librararies is usually done software distribution tools.Also,in case it doesn't then the storage media will not be traditional electronic media(CD's,disk drives) .Can it be in the form of SAN sotrage

The conditions mentioned in the RFP shall be applicable.

312. 597 5.6.2. City Wide Wi-Fi FR 6.78

For the implementation of a city Wi-Fi network, the following are the types of infrastructure being proposed for Wi-Fi Access Points: • Outdoor Rated Access Points (AP) on Smart Poles; • Outdoor Rated Access Point (AP) co-located on Street Light Pole;

Please clarify, if the helpdesk team for intial repsonse till shall be deployed by MSI or BSCL

The RFP is self-explanatory.

313. 597 Change and Configuration Management

Information from the CMDB shall be provided to the change management process and the changes to the CI shall be traceable and auditable.

Within the EMS specifications datacenter discovery/ CMDB discovery has not been explicitly asked. To build/ populate CMDB automatically, a datacenter/ CMDB discovery tool must be required.

The conditions mentioned in the RFP shall be applicable.

314. 597 Change and Configuration Management

A configuration baseline of the attached CI shall be taken before deployment of a release into the live environment. It shall be stored in the safe environment with appropriate access control.

Within the EMS specifications datacenter discovery/ CMDB discovery has not been explicitly asked. To build/ populate CMDB automatically, a datacenter/ CMDB discovery tool must be required.

The conditions mentioned in the RFP shall be applicable.

315. 597 Change and Configuration Management

Master copies of CI shall be recorded in the CMDB and shall be stored in secure physical or

Within the EMS specifications datacenter discovery/ CMDB discovery has not been explicitly

The conditions mentioned in the RFP shall be applicable.

Page 74: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

74

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

electronic libraries which shall be referenced in the configuration records. This shall be applicable to documentations, license information, software and hardware configuration images.

asked. To build/ populate CMDB automatically, a datacenter/ CMDB discovery tool must be required.

316. 598 5.6.2. City Wide Wi-Fi, Functional Requirements, FR 6.72

The target bandwidth proposed per end-user is 2 Mbps throughout the City on a per session basis for the 30 minutes or 50 MB per session that will be given to the user at no cost.

Kindly clarify free session will be once a day, once a month or once per user for entire project lifetime?

It is on per session basis.

317. 598 FR 6.88 The controller shall ensure seamless roaming within city limits.

Does that means the expectation is to have a blanket coverage

Yes.

318. 599 Section 5.6.2, Clause FR 6.109

Wi-Fi network shall not connect to rogue networks. It shall be segmented for public and utility networks by using VPNs or separate networks in the wired core so that any traffic from the Internet users is not routed into any other sensor network and vice-versa.

We understand the detection of Rouge Access Points is required.

The RFP is self-explanatory.

319. 599 Access points shall support 802.11ac wave II multi-user MIMO.

Wave 2 will make sense if the connected device i.e switch support wave 2 technology else it would overkill the budget with out practical use . Recommendation/Suggestion: Kindly amend as "Access points shall support 802.11ac multi-user MIMO."

The conditions mentioned in the RFP shall be applicable.

320. 599 Access points shall have an integrated in-built antenna.

Antenna and the architecture woul ddepend the ASIC used in the access point to get the optimum

The RFP is self-explanatory.

Page 75: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

75

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

efficiency and differs vendor to vendor . Anetnna is used for receive and transmit the signals and being external does not degread the performance at all while could be adjustable as and when required and could be changed for maintenance to maintain the availability . Recommendation/Suggestion: Kindly amend as"Access points shall have an integrated/extrenal antenna"

321. 599 5.6.2 What is the expected no of concurrent sessions for the Wi-fi solution

The RFP is self-explanatory.

322. 600 TR 6.380 EN50121-1 EMC ,EN50121-4- Immunity, EN6061-1-2 Medical, IEC 61373 Shock and Vibration

These regulatory and safety standards are specifically for RAILWAY deployment which has no significance in a smart city deployment. Request to relax the railway specific standards and add generic standards like "EN 300328, EN 301489, UL/IEC/EN 60950, EN 60601-1-1/2" so that leading OEM can qualify to bid.

The conditions mentioned in the RFP shall be applicable.

323. 600 TR 6.396 The Wi-Fi access point shall be capable of working at a temperature range of 0 ̊C to 60 ̊C and at a humidity of 5% to 95%, non-condensing.

Request to amend the clause as "The Wi-Fi access point shall be capable of working at a temperature range of 0 ̊C to 55 ̊C and at a humidity of 5% to 95%, non-condensing. 55 degree is reasonable temparature endurance as it is not expected to go temparature beyond 55. Request to amend the clause so that leading OEM can qualify.

The conditions mentioned in the RFP shall be applicable.

Page 76: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

76

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

324. 600 5.6.2. City Wide Wi-Fi, Functional Requirements, FR 6.103

Also, there shall be plans for the residential or industrial users who can pay a small premium to use their dwelling Wi-Fi service across the city.

Please give more clarity on this The conditions mentioned in the RFP shall be applicable.

325. 600 TR 6.380 Ø IEEE 802.11a/b/g/n/ac · Organization European Standard (EN): Ø EN50121-1 EMC Ø EN50121-4- Immunity Ø EN6061-1-2 Medical · Organization Underwriters Laboratory and IEC: Ø UL 2043 Ø IEC 61373 Shock and Vibration · Department of Telecommunications guidelines · Telecom Regulatory Authority of India guidelines

Change this clause to standard" ● IEC 60529 IP67 ● NEMA Type 4X ● Department of Telecommunications guidelines ● Telecom Regulatory Authority of India guidelines" The certification mentioned in the RFP are not supported by any OEM for eg. UL-2043 is for indoor AP and not for outdoor AP. EC 61373 is for shock and vibration which is used for industrial grade hazardous proof access points and as a standard the outdoor APs should be IP67, with NEMA enclosure.

Minimum standards required for compliance: • Organization IEEE: Ø IEEE 802.11a/b/g/n/ac • Organization European Standard (EN): Ø EN50121-1 EMC or equivalent • Organization Underwriters Laboratory and IEC: Ø IEC 61373 or equivalent Shock and Vibration • Department of Telecommunications guidelines Telecom Regulatory Authority of India

326. 601 TR 6.404 Each controller shall support at least 500 access point nodes at a minimum and shall be scalable as and when required up to 2500 nodes.

Different OEM has different scalability options and future expansion can be done through clustering. Request to amend the clause as"Each controller shall support at least 500 access point nodes at a minimum and shall be scalable as and when required up to 2000 nodes." so that leading OEM can qualify.

Acceptable for scalability.

327. 601 Section 5.6.2, Clause FR 6.109

The Wi-Fi access point shall be IEEE 802.3af/at Power over Ethernet (POE)/POE+ compliant.

With projected growth in data traffic and to cater high level of users we understand the requirement will be for 4x4 MU-MIMO which require higher power i.e PoE++.

The RFP is self-explanatory.

Page 77: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

77

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

328. 601 Section 5.6.2, Clause FR 6.401

The Wi-Fi access point shall independently be configurable to handle security, mesh, RF Management, QoS, roaming, local forwarding without the need for a controller so as to increase performance of the WLAN network.

Looking at the future scalability requirement of controlling a large scale netork. The flexibiltyto use the best configuration should be geiven to the vendor.

The RFP is self-explanatory.

329. 601 ICOMC_MSI_RFP, FR - 6 Functional Requirements, TR 6.380

• Organization IEEE: Ø IEEE 802.11a/b/g/n/ac • Organization European Standard (EN): Ø EN50121-1 EMC Ø EN50121-4- Immunity Ø EN6061-1-2 Medical • Organization Underwriters Laboratory and IEC: Ø UL 2043 Ø IEC 61373 Shock and Vibration • IP67 and NEMA 4X • Department of Telecommunications guidelines • Telecom Regulatory Authority of India guidelines

Request to relax the UL 2043 clause. Since IP67 is also requested asking for UL 2043 is redundant clause. UL 2043 is more pertinent to indoor AP rather than outdoor AP. Also NEMA 4 clause to be deleted as IP 67 is much better than it. Also most vendors will comply to IP ratings for outdoor AP.

Refer to Corrigendum.

330. 601 ICOMC_MSI_RFP, FR - 6 Functional Requirements, TR 6.397

The Wi-Fi access point shall be IP67 compliant and NEMA 4X rated.

Request to relax the NEMA4 clause for above stated reason.

The conditions mentioned in the RFP shall be applicable.

331. 601 ICOMC_MSI_RFP, FR - 6 Functional Requirements, TR 6.401

The Wi-Fi access point shall independently be configurable to handle security, mesh, RF Management, QoS, roaming, local forwarding without the need for a controller so as to increase performance of the WLAN

Since the AP will be managed and configured by the controller this clause is not relevant. Hence request to relax the clause.

The conditions mentioned in the RFP shall be applicable.

Page 78: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

78

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

network

332. 601 The Wi-Fi access point shall be Outdoor rated, dual radio, 802.11ac Wave Fi access point shall be Outdoor rated, dual radio, 802.11ac Wave II, 5-GHz and 2.4-GHz. It shall support operations in 802.11a/b/g/n/ac. II, 5-GHz and 2.4-GHz. It shall support operations in 802.11a/b/g/n/ac.

Wave 2 will make sense if the connected device i.e switch support wave 2 technology else it would overkill the budget with out practical use . Recommendation/Suggestion: Kindly amend as "The Wi-Fi access point shall be Outdoor rated, dual radio, 802.11ac Fi access point shall be Outdoor rated, dual radio, 802.11ac Wave II, 5-GHz and 2.4-GHz. It shall support operations in 802.11a/b/g/n/ac. II, 5-GHz and 2.4-GHz. It shall support operations in 802.11a/b/g/n/ac."

The conditions mentioned in the RFP shall be applicable.

333. 601 TR 6.393 The Wi-Fi access point shall be IEEE 802.3af/at Power over Ethernet (POE)/POE+ compliant.

The WiFi Access Point shall be IEEE 802.3af/at power over Ethernet (POE)/POE+/UPoE compliant. Depending upon the feature set deployment and advance functionality offered by some OEM, so to run the access point to its fullest functionality an AP may also require UPoE. You are requested to please allow UPoE deployment as well. As it is upto the SI how they want to provision power and connectivity at field locations.

The conditions mentioned in the RFP shall be applicable. Anything additional shall be as per Bidder’s solution

334. 601 TR 6.394 The Wi-Fi access point shall support: • Minimum One PoE+ autosensing port

The Wi-Fi access point shall support telnet and/or SSH login/ console for troubleshooting+E379+C380:F380+

The conditions mentioned in the RFP shall be applicable.

Page 79: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

79

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

10/100/1000BASE-T Ethernet network interface (RJ-45). • Power over Ethernet or Power over Ethernet+.

B380:F380

335. 601 TR 6.399 The Wi-Fi access point shall support telnet and/or SSH login/ console for troubleshooting.

Request to read the clause as " The Wi-Fi access point shall support telnet and/or SSH login/ console for troubleshooting. With a dedicated console port (RJ-45).

The conditions mentioned in the RFP shall be applicable.

336. 601 TR 6.394 The Wi-Fi access point shall support:

Query not found.

337. 602 TR 6.420 The controller shall support minimum 2500 concurrent users

Considering the scalability of controller, supported concurrent number of users is very less. It is suggested to amend the clause as "The controller shall support minimum 25000 concurrent users".

Query addressed before.

338. 602 ICOMC_MSI_RFP, FR - 6 Functional Requirements, TR 6.414

The controller shall have hot swappable redundant power supplies to maintain uninterrupted network operations.

Request to relax this clause since the controller will always be deployed in redundant/cluster. Also redundant power supply is helpful if the same controller has different power supply to it.

The conditions mentioned in the RFP shall be applicable.

339. 602 ICOMC_MSI_RFP, FR - 6 Functional Requirements, TR 6.416

The controller shall meet the following environmental specifications: • Operating temperature range: 0°C to 40°C • Operating humidity of 10% to 95% non-condensing

request to chage the range of temperature to 5°C to 40°C as no data center or NOC will have a temperature as low as 0°C. This is allow to have an equal opportunity bid as well.

Refer to Corrigendum.

340. 602 ICOMC_MSI_RFP, FR - 6 Functional Requirements, TR 6.420

The controller shall support minimum 2500 concurrent users

2500 concurrent users is too low for smart city deployment. Request to change it to 20000 concurrent users.

Query addressed before.

Page 80: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

80

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

341. 602 ICOMC_MSI_RFP, FR - 6 Functional Requirements, TR 6.423

The controller shall support Static IP routing for both IPv4 and IPv6 networks.

Request to relax this clause as controller generally performs a layer 2 function and a layer 3 device like dedicated router will take care of any routing fucntionality.

The conditions mentioned in the RFP shall be applicable.

342. 602 TR 6.412 The controller shall allow BSCL staff members to download/view performance of services utilized by subscribers with key information of username, MAC, IP, location, duration, upload/download and disconnection reason.

Request to remove this clause from WLC, It’s a functionality of NMS system.

Refer to Corrigendum.

343. 602 TR 6.416 The controller shall meet the following environmental specifications: • Operating temperature range: 0°C to 40°C • Operating humidity of 10% to 95% non-condensing

Request to please Change it to "Operating temperature range: 5°C to 40°C" Request to change it to "10% to 90%" Controller is going to be deployed in controlled environment in DC, so requirement of 0°C is never going to be raised, so request you to change this to 5°C to 40°C and Operating humidity from 10% to 90% for leading OEM to comply.

Query addressed before.

344. 602 TR 6.421 The controller shall support 1+1, 1+N, and N+N backup configurations.

Please change the clause to "The controller shall support 1+1, 1+N backup configurations. As the requirement here is to ensure full high availability in deployment so that there is no single point of failure, which can be very well achieved by 1+1 and 1+N deployment, so requesting you to

The conditions mentioned in the RFP shall be applicable.

Page 81: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

81

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

remove N+N deployment mandate to allow all the major OEMs to participate

345. 602 TR 6.423 The controller shall support Static IP routing for both IPv4 and IPv6 networks.

Request to please delete the clause WLC does not support routing features

The conditions mentioned in the RFP shall be applicable.

346. 602 TR 6.416 The controller shall meet the following environmental specifications:

Query not found.

347. 603 ICOMC_MSI_RFP, FR - 6 Functional Requirements, TR 6.432

It shall be integrated with tool for monitoring and managing radio frequency (RF) dynamics within the wireless network, to include the following functions and benefits: • Accurate location information for all wireless users and devices • Up-to-date heat maps and channel maps for RF diagnostics • Visual display of errors and alerts

data like heat maps and location information are viable for indoor wireless. In outdoor due to terrain chalenges no software can incorporate this information. Hence heatmaps and location information is difficult to obtain. Hence request to relax this clause.

The conditions mentioned in the RFP shall be applicable.

348. 603 TR 6.430 Database: The system management shall have a centralized database and subscriber system.

Request to please remove the clause as we maintain a database is a AAA functionality This required from the authorization prospective and database would be maintained by AAA/ Radius servers for users and subscriber management, so request you to remove this functionality from this section.

The conditions mentioned in the RFP shall be applicable.

349. 603 TR 6.437 Subscriber services: The system shall provide the users with a self-service portal to enable the

Request to please delete the clause, as it is a AAA functionality.

The conditions mentioned in the RFP shall be applicable.

Page 82: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

82

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

new users to register, subscribe, seek information on tariff and billing, update user profile, and make payment through the portal.

This is functionality of subscriber management system and AAA, so request you to remove this functionality from this section.

350. 604 FR 6.8 DDS software application will provide the normal operator to publish predefined sets of messages (textual / image) along with information from environmental sensors. The application shall have an option for supervisor (someone with appropriate authority) to bypass the control during certain situations and to write in free-text mode.

Should be changed to: DDS software application will provide the normal operator to publish predefined sets of messages (textual / image) along with information from environmental sensors. '

The conditions mentioned in the RFP shall be applicable.

351. 604 FR 6.9 DDS software application will accommodate different access rights to various control unit functionalities depending on operator status and as agreed with the client. Software should be GUI based, and capable to handle upto 10 DDS signage. User should be able to select desired location in Map and this should enable user to see the live status of that specific DDS.

Should be changed to: Software should be GUI based, and capable to handle multiple DDS signage.

The conditions mentioned in the RFP shall be applicable.

352. 604 FR 6.1 Wind speed, Wind direction, Rainfall sensor

Can we offer separate sensors for Windspeed, Wind direction and Rainfall sensor as it does not come as a integrated box environmental sensor. Kindly confirm

The station is outdoor. Sensors may be mounted on sensors but it has to be one device station.

353. 604 Section 5,Sec 5.6.3,FR 6.1

Environmental sensor station shall monitor following

1. TSP is now no more a parameter for calculating Air Quality Index.

Refer to Corrigendum.

Page 83: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

83

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

parameters and include the following integrated sensors inside one station: • Carbon Monoxide (CO) sensor • Ozone (O3) sensor • Nitrogen Dioxide (NO2) sensor • Sulphur Dioxide (SO2) sensor • Carbon Dioxide (CO2) sensor • Particulate/SPM Profile (PM10, PM2.5, and TSP) sensor • Temperature sensor • Relative Humidity sensor • Wind Speed sensor • Wind Direction sensor • Rainfall sensor • Barometric Pressure sensor; and • Noise sensor

The Air Quality Index now has PM 2.5 and PM 10 for particulate matter. TSP may please be removed from the functional requirements 2. The pressure of any city is fairly constant through out the year.No meaningful insights will be derived from pressure.For eg Bhubaneshwar average pressure is around 1009 Mb.Barometric pressure may be removed from the functional specifications 3. Wind speed and Wind speed sensor will be in separate module. 4.Rainfall sensor will be a separate module 5. UvA an UVB are extremely significant parameters and these may be made mandatory as they have been included in all smart city tenders. 6. Please include Air Quality Index(AQI) to be computed played and dis

354. 605 Section 5,Sec 5.6.3,FR 6.11

Software shall display real time and historical data in chart and table views

PAQS will provide APIs which the Smart City IOT platform will call.The Smart City IOT platform will display real time and historical data.Please make the necessary amendments.

The conditions mentioned in the RFP shall be applicable.

355. 606 System Software-FR 6.11

Software shall display real time and historical data in chart and table views for dashboard view of the Client.

Does the clause mean the application to have transactional BI as a solution to reflect real time data

The RFP is self-explanatory.

356. 607 TR 6.493 Temperature range shall be -10° to +100°C.

Expected temperature range can be -50° to +80°C.

The conditions mentioned in the RFP shall be applicable.

Page 84: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

84

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

357. 609 TR 6.541 The pixel pitch of DDS shall be minimum 5mm.

Should be changed to: The pixel pitch of DDS shall be minimum 6 mm.

The conditions mentioned in the RFP shall be applicable.

358. 609 TR 6.542 The model size of DDS shall be minimum 160X160 mm.

Should be changed to: The model size of DDS shall be minimum 960 mm X 1200 mm.

Refer to Corrigendum.

359. 609 TR 6.543 The model pixel of DDS shall be minimum 32X32 Pixels.

Should be changed to: The pixel pitch shall be 6 mm

Refer to Corrigendum.

360. 609 TR 6.547 The refresh frequency of DDS shall be ≥ 400HZ.

Should be changed to: The refresh frequency of DDS shall be ≥ 2500HZ.

Acceptable. 400 Hz is the minimum required.

361. 609 TR 6.548 The horizontal view angle shall be > 110 degree.

Should be changed to: The horizontal view angle shall be > 140 degree.

Acceptable. 110 degree is minimum required

362. 609 TR 6.549 The working temperature shall be between 0 C to +60 C & humidity shall be between10% to 90%.

Should be changed to: The working temperature shall be between -10 C to +50 C & humidity shall be between10% to 90%.

The conditions mentioned in the RFP shall be applicable. This needs to be outdoor rated

363. 609 TR 6.552 The gray scale shall be 12 bit/ 1 colour.

Should be changed to: The gray scale shall be 16 bit percolour.

Acceptable.

364. 609 TR 6.553 The Brightness shall be 6500 cd/square meter.

Should be changed to: The Brightness shall be 5500 cd/square meter or higher

The conditions mentioned in the RFP shall be applicable.

365. 609 TR 6.555 The IP rating shall be minimum IP66 for front as well as rear.

Should be changed to: The IP rating shall be minimum IP65 for front and IP 54 for rear.

The conditions mentioned in the RFP shall be applicable. This is required for outdoor rated operations

366. 609 TR 6.556 Message shall be readable even in broad daylight without any shade & displayed image shall not appear to flicker to the normal human eye (>6000

Should be changed to: Message shall be readable even in broad daylight without any shade & displayed image shall not appear to flicker to the normal human eye

Acceptable.

Page 85: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

85

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

cd/m2). (>5500 cd/m2).

367. 609 TR 6.557 The Display capability of DDS shall be fully programmable, full colour, full matrix, LED displays & shall have Alpha-numeric, Pictorials, Graphical & video capabilities.

Should be changed to: The Display capability of DDS shall be fully programmable, full colour, full matrix, LED displays & shall have Alpha-numeric, Pictorials, Graphical & video capabilities.

Query not clear.

368. 609 TR 6.559 The Display Front Panel shall utilize a front face that is smooth, flat, scratch-resistant, wipe-clean & shall be 100% anti-glare.

Should be changed to: The Display Front Panel shall utilize a front face that is resistant to ambient light

This clause needs to be met either via the panel or through an external housing provided by the MSI

369. 609 TR 6.560 The message Creation shall be through both ICOMC Application and locally.

Should be changed to: The message Creation shall be through central control system

The conditions mentioned in the RFP shall be applicable.

370. 609 TR 6.563 The Display size of DDS shall be minimum 70 inches diagonal.

Should be changed to: The Display size of DDS shall be minimum 60 inches diagonal.

The conditions mentioned in the RFP shall be applicable.

371. 610 TR 6.568 The design shall be modular in nature which shall have the capability to add additional environmental sensors in the future into the enclosure

Please specify the mandatory provisons in % for future requirements

The RFP is self-explanatory.

372. 612 5.6.4. Smart Pole FR 6.19

Capable of hosting up to three (3) number of cellular antennas for different cellular providers.

Smart cities in India and globally are encouraging Small Cell solution to be deployed for coverage and capacity requirement of telecom companies as part of the Smart Pole solution. Kindly confirm that solution designed for pole must be capable of hosting the three technologies for different cellular subscribers through small cell solution.

The RFP is self-explanatory.

373. 612 5.6.4. Smart The pole shall be ground base Towers of height greater than 12M The conditions mentioned in the

Page 86: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

86

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Pole FR 6.19 monopole type of minimum 12 meter height

cannot be accomodated suitably in existing road median and does not match well with the existing poles at that stretch and the overall city asthetics. It is recommended that pole height should be limited to 12M which is ideally suitable for Small cell deployments. Kindly confirm.

RFP shall be applicable.

374. 612 5.6.4. Smart Pole TR 6.582

Anti – Climb Shields Anti climb shields will have to be deployed on external end of pole thereby hindering the aesthetics.Kindly remove this requirement as this is more suitable for telecom poles for Macro sites with height of 21/30M.

Refer to Corrigendum.

375. 612 Section -5 Clause 5.6.4

Smart Poles:FR 6. 19: The pole shall be ground base monopole type of minimum 12 meter height and shall be able to support the loading of the mounting structure as given below…

1. Please clarify whether Space for Networking equipment to be provided above the ground level or below the ground level? What kind of IP rating(IP-55/65/68) shall be provided. 2. Please clarify whether power cabling will be provided by BSCL up to the Smart Pole.

1. The conditions mentioned in the RFP shall be applicable. 2. Refer to Addendum.

376. 613 5.6.4. Smart Pole TR 6.578

All materials of mounting structure used for smart pole shall be coated by hot-dip galvanizing after all fabrication works has been completed.

Hot-dip galvanizing will hamper proper PU coating on the Smart Poles and will impact the overall finishing of the pole. Kindly remove this requirement.

The conditions mentioned in the RFP shall be applicable.

377. 554, 558, 559

UPSTR 5. 160, 5 .191, 5 .19 6"1 KVA, Internal double battery, Backup 10- 15 minute, input voltage:

Since batteries would be external maintenance is easy and for higher back up times, it is optimal to keep the batteries external

The conditions mentioned in the RFP shall be applicable.

Page 87: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

87

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

160-280V

378. 554,558, 559

UPS TR 5.160, 5.191, 5.196 "1 KVA, Internal double battery, Backup 10 - 15 minute, input voltage: 160-280V

1. We propose Online UPS / DC Power system for this appl ication with minimum 2 hrs battery back up. 2. Typicall y during important event in case of power failure the requirement is to have minimum 2 hours back up since there is no DG in the fe ild location. 3. As per the current specs in case of power failyre the said system switches off completely after 10 - 15 mins '

The conditions mentioned in the RFP shall be applicable.

379. 562 FR 6.45 Stacked and interconnected Layer-2, industrial grade Ethernet switches shall be installed at field cabinets for distribution to field devices and plots.

Removal Request: Stacking is not required at the industrial grade switches as requirement is for standalone switches only. Moreover stacking requirement in industrial grade swicthes is not allowing some of leading OEM to participate so kindly remove the same.

Refer to Corrigendum.

380. 583 TR 6.204 , Layer 2 Industrial Grade Field Switch

All Layer 2 switches at a minimum shall support the following: • Dynamic Trunking Protocol • Spanning Tree Route Guard

Amendment Request: The Type 1 layer-2 switch will be a single switch installed on the top of the pole and will not be connected to any other layer 2 switch through a trunk link. Rather, the only network bound connection it will have , will be to the Distribution layer switch which will be an IP/MPLS enabled Layer 3 device. Hence, there is no need to enable either DTP or STP Root guard on these switches. Hence, we request to remove these from the list.

Refer to Corrigendum.

381. 583 Layer 2- Active Electronics: Ethernet Clarification Request: Please The RFP is self-explanatory.

Page 88: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

88

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Industrial Grade Field Switch

Switch – Layer 2- Industrial Grade Field Switch

advise if the switch should have capability of auto detection and plug and play of the device connected to network such as camera & IP phones etc. This is very important from the field switch at street layer from security point as well, so that it can identify the end point and profile them.

382. 583 Layer 2- Industrial Grade Field Switch

Active Electronics: Ethernet Switch – Layer 2- Industrial Grade Field Switch

Clarification Request:Please advise if you are looking for Switch to have ability to classify traffic and do QoS configuration automatically for different end points like cameras, IP phones etc.

The RFP is self-explanatory.

383. 583 Layer 2- Industrial Grade Field Switch

Active Electronics: Ethernet Switch – Layer 2- Industrial Grade Field Switch

Amendment Request: As asked switch is industrial Ethernet Switch and expected to provide connectivity to various sensors, so it recommend that switch should support various industrial Ethernet standards as well such as NEMA TS2, ODVA Industrial EtherNet/IP, ABB IT Certificate etc.

The conditions mentioned in the RFP shall be applicable.

384. 583 Layer 2- Industrial Grade Field Switch

Active Electronics: Ethernet Switch – Layer 2- Industrial Grade Field Switch

Amendment Request: Switch should support shock and vibration standards such as IEC 60068-2-27 (Operational Shock, Non-Operational Shock), IEC 60068-2-6, IEC 60068-2-64, EN61373 (Operational Vibration, Non-operational Vibration).

The conditions mentioned in the RFP shall be applicable.

385. 583 Layer 2- Industrial Grade Field Switch

Active Electronics: Ethernet Switch – Layer 2- Industrial Grade Field Switch

Addition Request: The switch should support IEEE 1588v2 – Precision Time Protocol (PTP) , which helps in achieving clock

The conditions mentioned in the RFP shall be applicable.

Page 89: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

89

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

accuracy through out the network in sub-microsecond (nanosecond) range, thus, making it suitable for measurement and control systems.

386. 583 Layer 2- Industrial Grade Field Switch

Active Electronics: Ethernet Switch – Layer 2- Industrial Grade Field Switch

Addition Request: The switch should support IEEE 802.1AE for data confidentiality and integrity for media access independent protocols. The IEEE 802.1AE (MACsec) standard specifies a set of protocols to meet the security requirements for protecting data traversing Ethernet LANs. MACsec allows unauthorized LAN connections to be identified and excluded from communication within the network. In common with IPsec and SSL, Maces defines a security infrastructure to provide data confidentiality, data integrity and data origin authentication.

The conditions mentioned in the RFP shall be applicable.

387. 582 TR 6.196,Layer 2- Industrial Grade Field Switch

The access switches i.e. switches installed on street light poles shall have at least 8 10/100/1000 Base TX ports with at least four (4) 1 Gigabit Ethernet Fibre SFP ports for backhaul connectivity.

Addition Request: Switch should support IPv6 First Hop Security features including RA guard, ND inspection, DHCPv6 guard, Neighbor binding table (Snooping and static entries) and Neighbor binding integrity check. For the successful IPv6 deployments at government networks, it is important that the IPv6 deployments are secure and are of a service quality that equals that of the existing IPv4 infrastructure There should functional parity between IPv4 and IPv6, so switch should support basic IPv6 First Hop

The conditions mentioned in the RFP shall be applicable.

Page 90: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

90

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Security features to extend the advanced threat protection to IPv6.

388. 582 TR 6.195 , Distribution Switch

The distribution switches i.e. switches installed inside field cabinets shall have at least 16 10/100/1000 Base TX ports with at least three (3) 10 Gigabit Ethernet Fibre SFP ports for backhaul connectivity.

Amendment Request: The distribution switch will act as a PE device from the perspective of an IP/MPLS architecture & design, where all MPLS services (L3 VPN, L2 VPN, TE etc.) will start. The traffic seggregation for different services will start right from the MPLS PE device (distribution switch).For example, seggregation of citi wi-fi traffic from TSP , parking sensors etc, will happen right on this MPLS PE box through the use of separate VRFs/ L3 VPN. We strongly recommend to start the MPLS from the distribution switch and include all the L3 and MPLS related features in this. Assuming that the above query is approved, the distribution switch role will move from a regular layer 2 switch to a MPLS PE router/Switch.Hence, all the industrial grade switch feature set should be removed and the IP/MPLS featureset should be applied to it.

The conditions mentioned in the RFP shall be applicable.

389. 582 TR 6.197 , Distribution Switch

The industrial grade switches shall at a minimum carry IP30 rating.

Amendment Request: The distribution switch with 16 interfaces is going to be installed as street agrregation layer and SI need to deisgn consideing outdoor deployment, hence would not need IP 30 grade specs, it should only be

The conditions mentioned in the RFP shall be applicable.

Page 91: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

91

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

temp hardended with -40 to 65 C . Further IP MPLS feature set in not very common in industrail grade swicthes, so request you to remove IP30 compliance for distribution switches and only keep extended temprature range as alreadined defined in RFP i.e .0°C to +65°C.

390. 582 TR 6.198 , Distribution Switch

IEEE 802.1q for VLAN tagging, 802.1p for CoS, 802.1X for Authentication and 802.3ad for port trunk LACP.

Amendment Request: The 802.1x standard is basically for the user authentication,but in this case, we do not see any requirement for any user authentication on this device. Hence, we request to remove the same from the requirement.

Refer to Corrigendum.

391. 582 TR 6.198, Distribution Switch

The industrial grade switches shall support – IEEE 802.1D for STP, 802.1w for Rapid STP, 802.1s for Multiple Spanning Tree Protocols.

Amendment Request: The switch will act as a distribution layer device,hence, it will also act as a l2/l3 boundary and will possibly run routing protocols. All the upstream links will be on L3 and hence running STP on these L3 links will not add any value. Rather, the loop avoidance can be handled by the Layer3 routing protocols. Hence, we are requesting to remove the STP clause from the RFP.

Refer to Corrigendum.

392. 584 TR 6.216 ,Type I - Backbone Ethernet Switch/Router

The Layer 3 based backbone Ethernet switch/router shall have minimum 8 SFP+ ports that are a minimum SFP+ links with 40 Gb/s connectivity including Copper and Fiber ports as per the design requirements. These ports shall support hot swap modules to support upgrade of ports in the future. Any

Amendment Request: The backbone switch/router will terminate maximum of 3-4* 40G connections and the ask for 8*40G connections on those routers will never be required. It may be the case that the backbone routers sitting inside the MAIN POP will require 6*40G links. But it will not be the case for the remaining of the

Refer to Corrigendum.

Page 92: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

92

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

attenuators required for inter-switch connectivity shall be provided by MSI.

backbone routers installed in the smaller POPs. Hence, Request to reduce the number of interfaces to minimum 4 instead.

393. 584 TR 6.217 ,Type I - Backbone Ethernet Switch/Router

The backbone switch/router shall have a minimum switching capacity of 640 Gbps, non-blocking.

Clarification request: Kindly advise if you are aksing 640 Gbps as full duplex or half duplex? Considering the maximum number of links terminating on a Backbone router is 6, the total throughput required will not cross (6x40G) 240 Gbps.Hence,there should not be a requirement for a device with 640Gbps capability. This should be reduced to 300 Gbps.

Refer to Corrigendum.

394. Page 598

FR 6.88 The controller shall ensure seamless roaming within city limits.

Does that means the expectation is to have a blanket coverage

Yes.

395. 3.3 Section 3 - Finacial Proposal Standard forms.D 1

Private Water Tankers Under Govt. Contract-10 nos

Please clarify whether new water tanker has to be procured or existing water tanker can be used

The RFP is self-explanatory.

396. 109 Section-3 Clause 1.3

Supply and Installation Cost Summary Table

We request you to accept the price in Foreign Currency for imported items, because there will be fluctuations in conversion rate during the course of Tender evaluation.

The conditions mentioned in the RFP shall be applicable.

397. 110 Price Bid Revenue from Fibre Monetization (C)

Is bidder need to provide separate duct and fibre for monetization, pl. clarify Is it mandatory requirement? Pl. clarify

The RFP is self-explanatory.

398. 111 Price Bid Smart Traffic Management Please provide the exact Qty of As per Bidder's Solution. Overall requirements shall be met as per

Page 93: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

93

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

System UPS for this locations. RFP.

399. 111 Section -3 1.5

Supply and Installation Cost Sub-Table 1

As per Cost sub-Table there is given separate colum for Custom /Excise, Requested to provide objective of separate details of Custom/Excise

The RFP is self-explanatory.

400. 111 A TVDS Camera System including ANPR - Type 1Per Set (one traffic lanes)-12 nos TVDS Camera System including ANPR - Type 2Per Set (two traffic lanes)-33 nos TVDS Camera System including ANPR - Type 3Per Set (three traffic lanes)-40 nos TVDS Camera System including ANPR - Type 4Per Set (four traffic lanes)- 8 nos

Our view 1 Lane Locations 12 x 1 = 12 Cameras 2 Lane Locations 33 x 2 = 66 Cameras 3 Lane Locations 40 x 3 = 120 Cameras 4 Lane Locations 8 x 4 = 32 Cameras Total 230 ANPR Cameras Please let us know our understanding is ok or let us know for changes if any ?

Bidder's understanding is correct.

401. 112 1.5 5 Overview Camera Per Approach 93

Only ANPR camera is required one camera per line, but the overview camera shall covercover 2/3/4 lines. Hence request you change to as per design of the bidder rather than putting absolute number

The conditions mentioned in the RFP shall be applicable.

402. 113 1.5 6 TVDS Local Processing Unit Per Intersection 25

The LPU number is not enough to process the mentioned traffic lanes, hence request to consider you change to as per design of the bidder rather than putting absolute number

Refer to Corrigendum.

403. 113 Section 3 - Finacial Proposal Standard forms. C-1,2,3

Speaker quanatity : 414, Noise sense microphone 207 and Amplifier location 58 nos.

What is minimum Speaker wattage requirement to be considered? Please provide how many junctions/locations.Please confirm how the speakers are segregated in

As per Bidder's Solution. However, overall requirements shall be met as per RFP. Details of the location shall be decided with successful Bidder.

Page 94: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

94

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

each location?

404. 114 1.5 1 PAS Speakers Nos. 414 2 Ambient Noise Sensor Nos. 207 3 VoIP/Amplifier with Built-in DSP Nos. 58

Please clarify How many speakers are connected to the Amplifier in a PA end points. The speaker quantity is 414 whereas the amplifiers are only 58 . There is no correlation.

There are 58 Intersections- each Intersection shall have one Amplifier, 207 Approaches - Each approach shall have one noise sensor and two speakers.

405. 114 Section 3 - Finacial Proposal Standard forms.D 1

Dynamic message sign with controller

Please provide the (LXB) dimension for the Dynamic message sign board

Refer to Corrigendum.

406. 114 Section 3 - Finacial Proposal Standard forms.D 1

OBU-1 for BPTSL Buses-200 nos

Please confirm whether the buses given in the schedule of materials 200 buses is new requirement or old buses? Also we see 165 buses are there in the existing system then only 35 buses are new, please confirm our understanding correct?

Currently there are 165 buses, some of which might get scrapped in the near future. 200 buses will be mix of existing and new buses.

407. 114 Section 3 - Finacial Proposal Standard forms.D 1

OBU-2 for Emergency Vehicles& OBU-3 for Municipal Vehicles

Hope the vehicles will be provided by BSCL. Kindly confirm?

Yes.

408. 116 Volume 1, Section 3

Smart Tracking Application with servers and database as per Bidder's Solution

The first statement specifies that bidder need not develop application and second statement says that application development comes under bidder’s scope. Both statements seem to be contradictory. We request the authority to clarify whether development of AVL application comes under Bidder’s scope

Development of AVL application comes under Bidder’s scope.

409. 116 Section 3 - Finacial

19" size of Passenger Information Display at Bus

Please confirm whether the display Passenger Information displays shall be outdoor rated LCD based.

Page 95: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

95

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Proposal Standard forms.D 1

Stations + UPS-30 nos is LED or LCD displays.

410. 116 Section 3 OBITS Hardware Our understanding is that the purchasing of buses, emergency vehicles and municipal vehicles is not in scope of RFP. Only the OBITS Hardware needs to be supplied and integrated. Is it correct.

Yes, Bidder’s understanding is correct

411. 117 Price Bid Entry/Exit Boom Barrier Gate Please provide the size of Boom Barrier

Minimum 3 meters.

412. 117 Price Bid Entry/Exit Fixed CCTV Cameras Please define the resolution of this camera and where to store this footage of the camera.

Please refer to CCTV specs under City Surveillance System.

413. 117 1.5 Smart Parking Management system

We understand that the Quantity of parking infrastructure mentioned in BOQ is with respect to 35 designated locations including both on street within cariageway and on street off carriageway. Kindly confirm.

The parking system has to be provided to all designated BMC parking slots.

414. 118 Section 3 - Finacial Proposal Standard forms.D 1

On-street PMS Components Is it 500 onstreet parking slots are there? Please confirm.

As per RFP clause TR 3.60.

415. 119 Price Bid Video Management System (VMS) including Central Application

Can we Opt for CTS Server? The conditions mentioned in the RFP shall be applicable.

416. 119 Price Bid Smart Response and Incident Management System

Where bidder can incorporate the cost of Storage? Should it be SAN / NAS? Please specify the same.

The conditions mentioned in the RFP shall be applicable.

417. 121 Section 3 - Finacial

Egovernance &ERP Please provide the quantities/ number of sub modules for ERP &

The RFP is self-explanatory. Also refer to addendum.

Page 96: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

96

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Proposal Standard forms.D 1

E governance system?

418. 121 Section 3 - Finacial Proposal Standard forms.D 1

Layer 2 - Type I: Industrial Grade Field Switch-2000 nos

As per appendix B there are 25 junctions, kindly help us to understand the basis of 2000 nos. of Field switch

The RFP is self-explanatory.

419. 123 Section 3 - Finacial Proposal Standard forms.D 1

Integrated Multi-Services Digital Kiosks

All the 150 kiosks are going to be in separte location or it will be grouped? Cameras in the Kiosks need to be recorded as per the parameters for Surveillance cameras given. Please confirm

Separate Locations. As per RFP for surveillance.

420. 124 Price Bid Set of 4x40mm inside one HDPE outersleeve

Is this Running meter of 4 nos. of HDPE ? If it is meter than total is 4 X 4,80,000= 1920000 Please clarify

The RFP is self-explanatory.

421. 124 ICOMC_MSI_RFP, RFP section -5 of section 1.5

BOQ We require the design (FEED) and assumptions of the BOQ provided in the tender

The RFP is self-explanatory.

422. 124 ICOMC_MSI_RFP, RFP section-5 of section 1.5

BOQ-FTP 48F -7numbers 7 numbers 48F FTP quantity is not sufficient , since 48F used for core and distribution.

7 is the minimum requirement. Rest as per Bidder's solution.

423. 124 Section 3 Education and Healthcare Management

Quantity for no. of classrooms, E3C, ANM centers etc. is not given in the SOR list while is mentioned on 208. Should that be considerd for bidding.

Yes

424. 125 Layer 2- Industrial Grade Field

Layer 2 - Type I: Industrial Grade Field Switch

Clarification Request: Please clarify if you are mentioning the 8 10/100/1000 Base TX ports with at

Refer to Corrigendum.

Page 97: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

97

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Switch least four (4) 1 Gigabit Ethernet Fiber SFP ports for backhaul connectivity mentioned on 582 of the RFP as the Layer2 Type I switch mentioned under the BOQ

425. 125 15.2 & 15.3, Type I - Backbone Ethernet Switch/Router

Layer 3 - Type I: Backbone Ethernet Switch/Router--No--35 Layer 3 - Type II: Core Router and Internet Router -No-4

Amendment Request: Considering the design and BOQ mentioned on the RFP,number of backbone Switch/Router has been mentioned as 35 and Core router as 4, we think that the specifications mentioned for Backbone Switch/router should get interchanged with the specifications for the CORE router as the design demands more throughput for the Backbone Switch/router compared to the CORE.

Refer to Corrigendum.

426. 126 ICOMC_MSI_RFP_BBSR,1.5 Supply and Installation Cost Sub-Table 1

Ethernet Switch and Router Is bill of Quantity given in table to be considered as final number OR Can proposed as per final Soltion

Minimum quantity provided in BoQ. Rest as per Bidder's Solution.

427. 126 5.7.3 Data hosting We beleive the disaster recovery centre is On premises only. Please confirm and provide the location

Refer to Corrigendum.

428. 126 Section 3 - Finacial Proposal Standard forms.D 1

Wifi Access points,Surveillance and Kiosk location

Kindly provide the indicative location list /Junction list for City Wifi access point , City Surveillance, Kiosk locations.

The conditions mentioned in the RFP shall be applicable.

429. 127 ICOMC_MSI_RFP_BBSR,1.5 Supply and Installation

City Wide Wi-Fi System WIFI controller quantity not mentioned

The RFP is self-explanatory.

Page 98: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

98

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Cost Sub-Table 1

430. 129 1.5 - supply and installation cost sub table 1 - ICOMC

27 - smart city platform How many users will be using this platform in ICOMC ?

Bidders to design the solution based on requirements in RFP.

431. 129 RFP - Section 3, Financial Proposal - Standard Form

Item No. 27 - Smart City Platform

Smart City Platform to be quoted as 1 Set. Please confirm whether Smart City Platform and ICOMC Platform is same or how?

Smart City Platform and ICOMC platform are same.

432. 129 ICOMC_MSI_RFP_BBSR, ICOMC Boq for Command and Control Centre

Room Control System including Panel - 9 Nos.

Please confirm in which area / room these have to be considered apart from 5 Nos. in Board Rooms

Bidders to design the solution based on requirements in RFP.

433. 129 ICOMC_MSI_RFP_BBSR, ICOMC Boq for Command and Control Centre

Ceiling Speakers - 120 Nos. Refer Exhibit 18 - Functional diagram of the ICOMC, we understand speakers are getting feed from operators but we understand speakers shall get local feed from each room. Kindly provide areawise break up of Ceiling Speakers so that Power Amplifier wattage can be considered accordingly

Bidders to design the solution based on requirements in RFP.

434. 130 ICOMC_MSI_RFP_BBSR, ICOMC Boq for Command and Control Centre

Wireless Microphone System - 2 Nos.

Please confirm for which area / room, these have to be considered

Bidders to design the solution based on requirements in RFP.

435. 132 ICOMC_MSI_RFP_BBSR,

1.5 Supply and Installation Cost Sub-Table 1 || ICOMC BOQ,

Please provide the equipment list The RFP is self-explanatory.

Page 99: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

99

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Section-3 - Financial Proposal – Standard Forms

B - Building Management System (BMS) 1 Building Management System (BMS) - Set 2 Any other Hardware or Software required to meet the RFP requirements of BMS (Bidder to list individual items and provide costing). – Set

quantity for integration with BMS.

436. 133 Financial Proposal

Firewall, Web Application, UTM, DDOS, Advanced Persistent Threat Solution

In case all these functionalities are clubbed together, they will creat single point of failure in such a critical network. Our request would be to have atleast NGFW and Anti APT Solution seprate.

As per Bidder Solution. Overall requirements of the RFP shall be met.

437. 134 ICOMC_MSI_RFP_BBSR,1.5 Supply and Installation Cost Sub-Table 1

Load Balancer It would be factored in HA mode for DC and DR ?

As per Bidder Solution. Overall requirements of the RFP shall be met.

438. 134 1.5 5.The Bidder shall assess the quantity of spares/ consumables to meet the SLA clause mentioned in the bidding documents and shall quote the cost and quantity of spares/consumables. The evaluation will take the total cost incurred for the Client inclusive of spares/ consumables while evaluating the bids. Any item not quoted by the Bidder, shall be provided free of cost if it is found necessary to fulfil the bidding requirements during the currency

We understand that total cost is inclusive of Spares/Consumables.But in the Cost table Quantity coulumn is exclusive of spares/Consumables. Kindly Confirm whether we shall add one more column to inlclude Spare Quantities.

Yes.

Page 100: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

100

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

of the contract. 6. The evaluation will take the total cost incurred for the Client inclusive of spares/ consumables while evaluating the bids which is to be included by the Bidder in the Contract cost itself.

439. 134 RFP ,BOM Serial Number 2 under IT Infrastructure

Firewall, Web Application, UTM, DDOS, Advanced Persistent Threat Solution

Can the bidder propose single UTM having all the technical functionalities of Firewall,Web application DDOS and other security features for integrated security solution with easy managibility? Hence suggested to modify the specs accordingly or confirm bidder has to provision all mentioned componnets

As per Bidder Solution. Overall requirements of the RFP shall be met.

440. 137 The Client has the right to increase decrease the quantities and the recurrent cost will be adjusted as per the unit costs indicated above.

Since the overall approval is basis overall ratios and if quantities are decreased then the foundation of financial risks are undermined which is basis for approvals and hence request you to kindly remove the scope of decrease in scope or quantity.

The conditions mentioned in the RFP shall be applicable.

441. 111, 112

1.5 Supply and Installation Cost Sub-Table 1: Sub table A

Overview Camera , Qty-93, Red Light Violation Detection (RLVD ) Sensor, Qty -93 TVDS Local Processing Unit, Qty-25

Speed Violation Camera Qty and location is not mentioned/specified since it will be mounted in mid-blocks of stright road. Speed violaton Local Processing Unit Qty not mentioned

Speed violation camera qty and location to be discussed with successful bidder.

442. 118, B-3

Section-3 Financial Proposal

GSM/GPRS connectivity from Handheld to ICOMC

GSM/GPRS is old technology and may be misintrepeted as 2G. We request you include 3g/4g and Wi-Fi

The RFP is self-explanatory. However, if the Bidder feels to propose 3g/4g and Wi-Fi enabled

Page 101: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

101

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

also for better connectivity. devices, it can do so.

443. 131, 132

ICOMC_MSI_RFP_BBSR, 1.5 Supply and Installation Cost Sub-Table 1

ICOMC BOQ, A - Command and Control Centre 29 Fire Detection and Suppression System (In ICOMC, Operations Rooms & Rach Room) - Set 30 CCTV System (In ICOMC, Operations Rooms & Rack Room) - Set 31 Access Control System (In ICOMC, Operations Rooms & Rack Room) - Set 32 Water Leak Detection System (In ICOMC, Operations Rooms & Rack Room) - Set 33 Rodent Repellent System(In ICOMC, Operations Rooms & Rack Room) - Set B - Building Management System (BMS) 1 Building Management System (BMS) - Set 2 Any other Hardware or Software required to meet the RFP requirements of BMS (Bidder to list individual items and provide costing). – Set

Whether to consider only list of IBMS sub-packages given in Tender BOQ i.e., FD&SS, CCTV, WLDS, RRS & BMS ? Please confirm.

The RFP is self-explanatory.

444. 193 & 118-B-1

Section-5. Clause 3.5.2- Exihibit-13, Section-3 Financial

Architecture & Data Flow It is specified that On street Parking shall be based on Ground sensors. But in the BOQ in -118-B1 Cameras were asked. Please clarify. We request you to change this to

The conditions mentioned in the RFP shall be applicable.

Page 102: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

102

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Proposal sensors equivalent to number of on street Parking slots and add the gateways required for the same.

445. 120 ICOMC_MSI_RFP_BBSR

12 : Mobile application Please let us know if the mobile applications need to be GIS enabled and Integrated?

Yes.

446. 131 ICOMC_MSI_RFP_BBSR, , SEC C

GIS Platform Which GIS platform ? Is it Arc GIS ? There is no mention about preferred technology such as Arc GIS which is presently being used for Online GIS Platform – Bhubaneswar One. Please confirm the same.

While the Phase 1 Platform for Smart City was in ArcGIS, the bidder is free to choose any established platform. All Phase-1 data and maps needs to be integrated in the final solution.

447. 120 ICOMC_MSI_RFP_BBSR, Row no 17

Data Migration Appendix B details out the road specific information only. Pls confirm, if there is need for data migration from existing applications to build the new system. If yes, what is the estimate of volume of data that needs to be migrated.

Yes, data migration is required. Refer FR 7.204, FR 7.205 & FR 7.208 of RFP.

448. 120 Section 3 Financial Proposal

ArcGIS online license What is the Use of ArcGIS Online in the project, Will all the data needs to be uploaded into ARCGIS Online which is outside INDIA?

Refer to BoQ in the Corrigendum.

449. 120 Section 3 Financial Proposal

ArcGIS Desktop License 10.5 or Higher

ESRI ArcGIS Desktop uses proprietary Data Formats defeats the purpose of Interoperability

Refer to BoQ in the Corrigendum.

450. 120 Section 3 Financial Proposal

Web Based GIS Should the license be Core independent for future scalability

Refer FR 7.246 & FR 7.247 of RFP. Refer to BoQ in the Corrigendum.

451. 131 Section 3 Financial Proposal GIS Platform

Any other Hardware or Software required to meet the RFP requirements of GIS Platform (Bidder to list individual items and provide costing).

Can we Bid any other GIS Platform other than ESRI as ESRI do not have Engineering center (for product level support) in INDIA

Query addressed before.

452. 752 Contract- Query not clear.

Page 103: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

103

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

A(1(b))

453. 753 Contract- A(1(s))

Defect Liability Period” (also referred to as the “Warranty Period”) means the period of validity of the warrantiesgivenbytheMSIcommencingatdate of the Operational AcceptanceCertificate of the System

Query: Any COTS/Equipment provided will be on the standard terms and conditions (including those of warranty) provided for by the Equipment/COTS provider.

RFP conditions shall prevail. MSI shall be required to comply with RFP requirements for defect liability period.

454. 761 Contract-14.7 Notwithstanding anything contained in this Clause14, a Variation made necessary due to any act, omission or default of the MSI in the performance of its obligations under the Contract will not result in any increaseintheTotalValueofContractorextensionof any Deliverable DueDate.

What is the benchmark for measuring such requirements?

The performance requirements mentioned in the RFP shall form the basis of such evaluation.

455. 762 Contract-14.10 “IfduetoanyreasontheMSIandClientarenotable to finalize a change in the system (ex: including a hardware component or a software functionality which was not anticipated earlier), the Client reservesarighttogetthechangeexecutedbyany other third party. However the component or functionality being a part of the comprehensive system, the original MSI shall have obligation to support any integration effort required whatsoever and extend full co-operation to the third party and theClient.”

We request deletion of this clause. RFP condition shall prevail.

456. 764 II - General Suspension Bidder would like to get paid for the RFP condition shall prevail.

Page 104: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

104

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Conditions of Contract - Attachment 1 - 17

services provided till the date of suspension

457. 764 II - General Conditions of Contract - Attachment 1 - 18

Effects of Termination Termination shall be without prejudice to any other rights or remedies a party may be entitled to hereunder or at law and shall not affect any accrued rights or liabilities of either party nor the coming into force or continuation in force of any provision hereof which is expressly intended to come into force or continue in force on or after such termination. In the event of this assignment being terminated, the BUYER shall be liable to make payments of all the amount due under this assignment for which services have been rendered by Bidder’s Consultant’s. Forthwith on the expiry or earlier termination of this agreement, each party shall, return to the other party all documents and materials, belonging to the other party with regard to this assignment, or shall at the option of the disclosing party destroy all documents or materials in connection with this assignment.

RFP condition shall prevail.

458. 781 II - General Conditions of Contract - Attachment 1 - 26

Auditing Bider requests auditor's compliance to Bidder's reasonable security when conducting audit and the audits to be conducted at Buyer's cost.

Agreed

459. 781 6 Insurance to be Taken out by the Request customer to take care of RFP conditions shall prevail.

Page 105: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

105

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

MSI any damage to infra due to accident during operations phase

Kindly refer SCC 25.1 (e) for details

460. 782 Sect 6 II. General Conditions of Contract 26.2

The MSI shall permit, the Client and/or persons appointed by the Client to inspect all accounts and records relating to the performance of the Contract, and to have such accounts and records audited by auditors appointed by the Client, if requested by the Client. Any act intended to materially impede the exercise of the Client’s inspection and audit rights provided for under this Clause 26.2 shall constitute a material breach of the Contract, which would give the Client the right to terminate the Contrac

It is recommended to delete this clause

RFP conditions shall prevail.

461. 806 Contract-54.2.1

We request the clause be stated as follows: “The Operational Acceptance Tests (and repeats of such tests) shall be the primary responsibility of the Client (in accordance with GCC Clause 33.5), but shall beconductedwiththefullcooperationoftheMSIduring Commissioning of the System (or major componentsor Subsystem[s]if specified in theSCCandsupportedby the Section 5 – Technical Requirements), to ascertain whether the System (or major component or Subsystem[s]) conforms to the Section 5 – Technical Requirements read along with any proposal submitted by the

RFP Conditions Prevail.

Page 106: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

106

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

MSI and meets the standard of performance quoted in the MSI’s bid, including, but not restricted to, thefunctionalandtechnicalperformancerequirements. Operational Acceptance Testing shall be conducted in accordance with System, Sub-systems, tests, test procedures, and the required results for acceptance as specified in the Section 5 – Technical Requirements (TestingRequirements) read along with the proposal submitted by the MSI;”

462. General Heterogeneous Technology stack

Would it be acceptable if the different systems run on a heterogeneous technology stack? For ex. SCADA systems runs on the enterprise technology stack where eGovernance system runs on Open source stack.

The conditions mentioned in the RFP shall be applicable.

463. General Migration 1. Please let us know the amount of data to be migrated (for example type and quantum of master data, open items, balances etc.). We can provide the necessary templates and upload data, however we expect pre defined Team would fill the Template. Please confirm your acceptance of this approach. 2. What is the quantum of Data to be migrated/entered - please give module wise details? Who will provide infrastructure for data entry? Is this referring to one time legacy- cutoff data entry or day to

Refer to Addendum.

Page 107: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

107

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

day operations as well? 3. Please confirm size of electronic data that needs to be migrated to the new system. 4. Other queries : • What is the current database size? Is it required to retain current data after migration? • What is expected Data Growth? What is the data retention policy? • How frequently data needs to be archived?

464. General Is setting up of the disaster recovery site in scope of SI? If yes, Who will provides the link between DC & DR ? Does SI needs to consider the cost for DC-DR link. What is the bandwidth required for DC –DR link ? What will be the RPO/RTO expectation o in the case of disaster happens at DC site? Please specify the SLA details as well.

Refer to Corrigendum.

465. General Please confirm on the Minimum bandwidth availability between Central server and End user location.

As per Bidder's Solution.

466. Section 5, Technical Requirements

General Query We request department to kindly share 1. Expected user concurrency 2. Peak User Load

Refer to Addendum.

467. Generic Privileged Access Management Do you agree that the smart city systems and data centers are required to be more open for allowing the systems to be connected and data I/O should be

Query reference not found.

Page 108: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

108

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

properly secured with the required authentication and authorization policies in place.

468. Generic Privileged Access Management Are you looking for a solution which can protect the most targeted accounts of the Smart City Systems and Data Centers which are privileged accounts from being targeted by the hackers and other anti-social elements.

Query reference not found.

469. Generic Host Based Access Control If the above understanding is correct, you would need to protect the files and other public data with the role based administration model. Do you require a solution which can provide you the required security around the access to these data by managing the privileged accounts?

Query reference not found.

470. Generic Privileged Access Management To have better security around the application hosting servers and network devices from being accessed or hacked, do you require some security solution for the privileged users defined on these server and devices for Administrative purpose and maintenance activities?

Query reference not found.

471. Generic Privileged Access Management Do you need to protect the privileged service users which are being used for running all the critical services and applications to provide the desired service outcome?

Query reference not found.

472. Generic Privileged Access Management If the above requirement stands valid to bring the required security around all application and servers

Query reference not found.

Page 109: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

109

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

then please refer the below given requirement specification which might be helpful in achieving the security around these privilged users.

473. Generic Privileged Access Management Are you looking for a privileged access management solution which leverages your existing IAM infrastructure for authentication and can support multiple authentication mechanism silmultaneously

Query reference not found.

474. Generic Privileged Access Management Are you looking for a PAM solution which can not only automate login to managed endpoints using privileged credentials without revealing the credentials to users but also should povide learn mode for RDP applications and web applications, simplifying credentials acquisition when using RDP published applications and custom web-based applications.

Query reference not found.

475. Generic Privileged Access Management Kindly confirm if the solution is expected to provide detailed application-to-application password audits and activity reporting along with the specific security controls around requesting applications or scripts, including support for Specific UIDs executing the script or application, The calling Path, The file Path, Checksum validation etc. and denies the requesting application’s access to the credential if any or all of the above return a false or untrue value.

Query reference not found.

Page 110: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

110

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

476. Generic Host Based Access Control Kindly confirm if the solution should provide a agent based module for all critical servers which should be protected for any unauthorised activity even if the direct console access is taked and should be capable of protecting all the server resources with granular access control.

Query reference not found.

477. Generic Host Based Access Control Kindly confirm if the host based granular access control solution is expected to support the following functionalities: - Original user ID tracking for SoD and accountability - File and directory resource protection - System process resource protection - User ID protection - Login enforcement protection - Kernel module load/unload - Windows registry protection - Incoming and outgoing TCP/IP protection - Task delegation (sudo) - Hide root password capability - Integrity monitoring - Application jailing - UNIX authentication bridging - Granular auditing and syslog forwarding

Query reference not found.

478. Generic Privileged Access Management Are you looking for a PAM solution which can define and enforce privileged access management controls across enterprise data centers, virtualized infrastructure

Query reference not found.

Page 111: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

111

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

and public or private clouds

479. Generic Privileged Access Management Does the proposed PAM solution should support flexible appliance based deployment approach to ease the deployment and should have inbuilt support for HA/DR and load balancing to support the required scalabiity.

Query reference not found.

480. Generic Privileged Access Management Does the PAM solution should support easy wizard based upgrade to minimize the adminitration efforts and near zero downtime while upgrade.

Query reference not found.

481. Generic Privileged Access Management Does the PAM solution should support SSH key managament without need of any separte software package or license module.

Query reference not found.

482. Generic Privileged Access Management Kindly confirm the number of servers and devices for which the privileged access need to be secured

Query reference not found.

483. Generic Host Based Access Control Kindly confirm the number of critical servers on which host based access control is required to provide the granular access control on server resources.

Query reference not found.

484. Generic Privileged Access Management Kindly confirm the number of Application Servers on which application to application password management need to be configured.

Query reference not found.

485. Generic Privileged Access Management Kindly confirm the number of vCenter management console named admins who are required to

Query reference not found.

Page 112: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

112

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

manage the vCenter Server and management console for any admintrative actions, if any.

486. Generic Privileged Access Management Kindly confirm the number of AWS management console named admins who are required to manage the AWS management console for any admintrative actions, if any.

Query reference not found.

487. Generic Privileged Access Management Kindly confirm the number of o365 management console named admins who are required to manage the o365 management console for any admintrative actions, if any.

Query reference not found.

488. General outdoor enclosure for LPU and switches are asked with IP65 rating however request you to pl. modify to IP54/55 since heat dissipated by equipments inside cabinet to extracted using fans and IP65 can ot be achieved with Fans installed on cablinets, pl. allow

The RFP is self-explanatory.

489. General Please let us know number of authority/departmental users that would be accessing the GIS system for administration work, editing & viewing.

Refer to FR 7.246 & FR 7.247 of RFP

490. General

General It is understood that till STPI datacenter is operational, ICOMC and required infrastructure to rollout the smart applications will be housed at an intermediate location and BSCL has planned to migrate operational services to the STPI datacenter. In this approach there is risk involved in maintaining multiple systems and the gradual switch-

Till STPI data centre isn’t operational, Bidder to host interim data either through on-premises Data Centre or Cloud. Upon go-live of data centre, Bidder to migrate smart city data from interim solution to STPI data centre. Refer to Corrigendum.

Page 113: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

113

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

over to primary site @STPI datacenter will pose challenge to maintain continuity of the smart applications. Kindly clarify the same.

491. General

General Refering to the above point in this sheet, if an intermediate location is being planned then it will incur additional cost and Bidder is allowed to quote the same for this. Please clarify.

Refer to Corrigendum.

492. General Request to kindly ensure all Appendix are available in RFP.

Query reference not found.

493. Maps FR 2.43 FR 2.45 FR 2.74

The central software shall incorporate maps to support the functionality, comprised of a selection of individually selectable theme layers (e.g., stations, streets, names, water features, parks, major buildings). The base map shall be Google maps or similar quality. The Bidder shall use the same base map for the AVL system as the one developed as per the Bhubaneswar One GIS map requirements. ETA: More than 70% of the predictions accuracy for Estimated Time of Arrival between -2 to 7 minutes, 30 minutes before the bus arrival. The thresholds shall be reassessed during operations for better passenger confidence on

Kindly clarify that we can use the Google Map as the Base Map and their API Services across all Applications. We would also request that the availabe Map Data & Layers in the required format are made available to the MSI to integrate on top of the Google Base map To obtain a better accuracy for the ETA, we also need to consider the current traffic congestion on the road and Google Map API's enable a very accurate information of the traffic congestion and hence the ETA to the passenger will be more accurate.

Yes, bidder is free to choose any GIS Platform and provide the most robust solution for the project requirements. Service oriented models like Google, also need to detail how the system will work beyond the MSI contract period (exit management plan). All existing Map Data & Layers will be made available in as-is format to the successful bidder.

Page 114: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

114

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

the predictions.

494. 7. ICOMC The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation of Integrated Operations Centre/Command and Control Centre integrating at least three (3) different city/campus-wide applications/sensors at the command and control centre for a city wide / campus wide deployment having a minimum value of INR 10 crores per project (excluding civil works) during last seven (7) years.

We request that the OEM Experience also be considred for the qualification purpose. We also request you to have the minimum value of 10 CR removed and modify it as integrated with minimum 500 Cameras or sensors instead. we request that the modified clause reads as " The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation of Integrated Operations Centre/Command and Control Centre integrating at least 500 Cameras / Sensors at the command and control centre for a city wide / campus wide deployment, during last seven (7) years.

RFP Conditions Prevail.

495. 3.6.2 CAD framework; Call Reception System; Call Recording and Logging; GIS (Geographical Information System); AVLS (Automatic Vehicle Location System); Responder Systems (Mobile Data Terminals); Incident ReportingSystem; Video Interface (CCTV Video Integration to GIS); Converged Communication

Please provide complete Details of existing systems

The conditions mentioned in the RFP shall be applicable.

Page 115: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

115

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Platforms [PSTN, Wireless (Cell Phone), SMS, e-mail]. ICOMC

496. 3.9 GIS (Geographical Information System);

Is 3D map and analysis also part of GIS Procurement of GIS Maps (including 3D, if applicable) with regular update will be provided by BSCL?

3D Map and analysis is part of GIS. Refer FR 7.205 & TR 7.592 Procurement of GIS Maps: Refer response provided above.

497. Procurement of GIS Maps (including 3D, if applicable) with regular update will be provided by BSCL?

Refer response provided above.

498. 695 5.7.4.1 TR 7.727 The workstations shall have a 107 Quiet Key English wireless keyboard

Professnal business keyboard will have 104 keys.

The conditions mentioned in the RFP shall be applicable.

499. 695 5.7.4.1 TR 7.730 The workstations shall have an Intel Core i7, 4th Generation, quad core

4th gen i7 processor is EOL and current processor spec is Intel Core i7-6700 3.4 8M 4C

Yes, This is the minimum requirement and the Bidder's Solution can be as per the latest one.

500. 695 5.7.4.1 TR 7.731 The workstations shall have at least 16 GB DDR3 memory @ 1600 MHz.

DDR3 is EOL and DDR4 2133 Mhz Yes, This is the minimum requirement and the Bidder's Solution can be as per the latest one.

501. 695 5.7.4.1 TR 7.732 The workstations shall have a min. of 4 DIMM slots supporting up to 32GB

Current generation processor supports up to 64GB DDR4

Yes, This is the minimum requirement and the Bidder's Solution can be as per the latest one.

502. 695 5.7.4.1 TR 7.734 The workstations shall have shall a colour LED monitor of minimum 21” diagonal non-glare screen and a dual AMD Radeon HD 7470 full height video adapter with VGA, DVI, and HDMI ports or better.

Professnal monitors not comes with HDMI port. DVI is EOL technology and DP port and VGA port will be available in current generation displays. So, DVI or VGA

Yes, This is the minimum requirement and the Bidder's Solution can be as per the latest one.

Page 116: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

116

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

503. 695 5.7.4.1 TR 7.735 The workstations shall have graphic accelerator of ATI Rage Pro/AGP

Need to mention NVidia / AMD professnal graphic card with 2GB with dual display support

Yes, This is the minimum requirement and the Bidder's Solution can be as per the latest one.

504. 695 5.7.4.1 TR 7.737 The workstations shall have a DVD multi burner and Dual Layer DVD-RW as an internal optical drive or better.

8X DVD RW Yes, This is the minimum requirement and the Bidder's Solution can be as per the latest one.

505. 695 5.7.4.1 TR 7.740 The workstations shall have an expansion bus of 3 PCI Slots; 4 ISA Slots (3 slot shared).

PCI and ISA slots are EOL. Need to change requirment to PCIe slots with minimum of 4 PCIe slot requirment

Yes, This is the minimum requirement and the Bidder's Solution can be as per the latest one.

506. 696 5.7.4.1 TR 7.742 Other pre-loaded software (open source/ free) shall be Latest version of Adobe Acrobat Reader, Scanning Software (as per These software shall be pre-loaded (at the facility of OEM or any otherscanner offered).

Opensource softwares cant be installed from factory.

Acceptable.

507. 696 5.7.4.1 TR 7.743 The AC input power shall be 230 VAC +/- 10% at 50/60 Hz +/- 1Hz.

Need to specify the workstation power supply requirment. Minimum 400 watts PSU with 92% efficiency

It should be of minimum 400 watt.

508. 674 ICOMC_MSI_RFP_BBSR, FR 7.206 to FR 7.213

All required data (spatial and non-spatial) are to be arranged by MSI. Client will help by issuing required authorization letters.

Pls confirm, if data collection is part of scope of this RFP? Functional Requirements from FR 7.206 to 7.213 contradict with statement stated in section 2.5 page 172 stated above. In order to quote for data collection( through survey etc.), quality checking, data gap analysis etc, TCS need to know the followings: 1. Total Sq. Km of the area that need to be surveyed. 2. List of layers of informations that

Yes, data collection is part of the scope of the RFP. There is some existing base map data, which can be reviewed at www.bhubaneswarone.in Refer Corrigendum 1. Total scope area = Bhubaneswar Planning Development Area (BDPA) 2. List of layers of information that

Page 117: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

117

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

need to be created in GIS( through survey) 3. List of attributes corresponding to each layers that need to be collected to build GIS database 4. Accuracy of survey required to ensure no shift in boundaries between layers during GIS overlay. 5. Cost summary table for Survey/ data collection/ preparation/maintenance. etc.

need to be created in GIS = Refer "Proposed Data List and Functions", page 680 3. List of attributes corresponding to each layers that need to be collected to build GIS database = Refer FR.204 & FR.205 4. Accuracy of survey required to ensure no shift in boundaries between layers during GIS overlay. = Refer FR.205 5. Cost summary table for Survey/ data collection/ preparation/maintenance. etc. = Refer to BoQ in the Corrigendum.

509. 674 ICOMC_MSI_RFP_BBSR, FR 7.206 to FR 7.213

MSI shall carry out collection of data from various agencies or Government departments

Pls confirm, if data collection is part of scope of this RFP?

Query addressed before.

510. 674 ICOMC_MSI_RFP_BBSR, FR 7.206 to FR 7.213

Data creation - Necessary Survey, collection from various sources, compilation, digitization, accurate geo-referencing, migration, data conversion, integration & maintenance shall be carried out by MSI

Pls confirm, if survey need to be carried out by MSI? If yes, where MSI should put the price for the same in the given cost table in RFP?

Refer to Corrigendum.

511. 675 ICOMC_MSI_RFP_BBSR, FR 7.206 to FR 7.213

Responsible for identifying Data Gaps & take necessary measures & tasks to complete the data

Complete responsibility of data management is in the scope of MSI? Pls confirm

Yes, the bidder understanding is correct.

512. 675 ICOMC_MSI_RFP_BBSR, FR 7.206 to FR 7.213

Existing data in BhubaneswarOne shall be verified for accuracy, completeness & correctness. Any shortcomings shall be rectified or updated as

Data checking , completeness and correctness need to be certified by MSI? Pls confirm.

Yes, the bidder understanding is correct.

Page 118: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

118

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

appropriate

513. 675 ICOMC_MSI_RFP_BBSR, FR 7.206 to FR 7.213

Maintenance & Operation of BhubaneswarOne Data shall be carried out during MSI’s contract period

Recurrent Cost Summary Table (Refer Sec 1.4, P-110) does not reflect this activity, pls confirm

The recurring cost of this shall be included as part of ICOMC line Item

514. 674 ICOMC_MSI_RFP_BBSR, FR 7.205

Scale of mapping shall be 1:1000 or better as per requirement; Best GIS practices shall be followed in spatial positional accuracy, GIS layers overlay matching accuracy, data correctness and completeness 3D Data of city

Survey, Data collection, 3D city mapping are all the part of the responsibility of MSI? Where is the placeholder in the cost sheet to put the price for the same?

For Survey, Data Collection, 3D City Mapping refer response above. For Placeholder of cost sheet refer to BoQ in the Corrigendum.

515. 626 HELPDESK The helpdesk shall be a web enabled management system with SMS and email based alert system for the Helpdesk Call management and SLA reporting.

Please confirm if SMS and Fax integration are required day one?

Yes.

516. 626 HELPDESK Helpdesk shall escalate the calls to the appropriate levels such as all calls under emergency category shall be forwarded to the concerned department such as Police, Ambulance or Fire.

Please confirm if the call centre solution in the helpdesk is required for emergency or non emergency services

Yes.

517. 627 Digital Voice Logger

It shall have at least 100 ports and expandable to additional 50 ports in future. The Recording shall be done from Digital extension side and it shall be recorded in digital voice logger which is capable to record calls between extension lines also

Usually number of recording ports should be equal to the number of operators. Hence, the recording ports should be 24 instead of 100. Request you to please modify the same

The conditions mentioned in the RFP shall be applicable.

518. 627 Digital Voice Logger

Additional Point Please confirm if an IP based voice logger can be offered instead of a digital voice logger as IP based

The conditions mentioned in the RFP shall be applicable.

Page 119: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

119

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

logger has many advantages

519. 636 Collaboration The collaboration system shall support a local area network connection between transmitter and receiver, without having to ride on corporate LAN, and still maintaining capability to connect to corporate LAN as needed

We wish to highlight that collaboration products available in the industry such as Video conferencing endpoints and IP Phones usually work on a wired LAN connect instead of Wi-Fi connection. Hence, we request you to please modify it to wired LAN

The conditions mentioned in the RFP shall be applicable.

520. 636 Teleconferencing

The Teleconferencing System shall have conference phone with speaker that delivers performance required for the application and area.

Please confirm the quantities of these phones

The RFP is self-explanatory.

521. 636 Teleconferencing

The teleconferencing system shall have configurable software.

Please confirm what is expected out of configuable software

The RFP is self-explanatory.

522. 706 EPABX It shall be provided with Digital Operator Console.

Please confirm if the operator console should be hardware or software based

Hardware based.

523. 706 EPABX It shall support all the standard features like Call Transfer, Call Forward, Call pick‐up, Call hold, Call Barge‐in, Call Back, Do not disturb, Speed Dialling, Call Parking, Paging (both external and internal), Class of Service, Calling Line Identification (CLI) on digital as well as analog extension and external lines etc.

We request you to please replace digital by IP ,as an IP SIP based EPABX has been asked for

The conditions mentioned in the RFP shall be applicable.

524. 706 EPABX It shall be possible to park up to 10 calls in the system.

Please clarify the functional requirement expected out of this feature

The conditions mentioned in the RFP shall be applicable.

525. 706 EPABX It shall support analog, digital and IP/ Soft phone.

We request you to delete digital as the IP Based phones have been

The conditions mentioned in the RFP shall be applicable.

Page 120: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

120

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

asked for with a SIP based PBX. An IP phone provides more and advanced functionality than a digital phone

526. 706 EPABX It shall have maximum loop resistance of 2500 ohms including telephone for analog extensions.

This point is contradictory to TR 7.882, wherein 1200 ohms has been asked for . Hence, request you to modify this clause to 1200 ohms,

Refer to Corrigendum.

527. 706 EPABX It shall have Digital Extension telephone instrument with following features: Display-tilt able Graphical display; • Keys with LED; • Optical call alert RED status LED. • Menu/speaker with RED LEDS

We request you to kindly delete these points as they are more inclined towards digital phone. We request you to consider IP Phones as they have better fuctionality than digital phones

The conditions mentioned in the RFP shall be applicable.

528. 708 FR7.290 Overall, the IT architecture shall refer to the architecture suggested by National Institute of Standards and Technology (NIST) and CSA’s (Cloud Security Alliance) Cyber Security Guidelines for Smart City Technology Adoption.

This should be Explicitly given as requirement in RFP else no MSP will quote multiple solutions in order to meet this requirement.

The RFP is self-explanatory.

529. 708 FR7.292 Security services used to protect the overall solution shall include: identification, authentication, access control, administration and audit, as per industry standards and protocols.

This implies to have AAA Solution however this has not been asked anywhere in the RFP explicitly.

The RFP is self-explanatory.

530. 708 FR7.293 System shall support advanced user authentication mechanisms including digital/e-certificates, biometric authentication, e-

This implies to have AAA Solution which can generate certificate with in and authenticate users

The RFP is self-explanatory.

Page 121: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

121

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

signatures, etc. and shall have compliance with all state level and national level initiatives.

531. 708 FR7.296 The system shall include industry standards based firewall and antivirus, and shall provide content filtering, tracking, lockdown, and malware detection and prevention capabilities

Only NGFW cant protect you from all these attacks instead that will become single point of failure, hence layered security approach is recommended

The RFP is self-explanatory. All conditions mentioned in the RFP shall be met.

532. 709 FR7.306 The POP facilities shall have the following – firewall, intrusion detection and intrusion prevention systems, web application firewalls, behavioral analysis systems for anomaly detection, correlation engine, denial of service prevention device, advanced persistent threat notification mechanism, etc.

Only Firewall/UTM is mentioned in the requirement. Rest all components are missing in RFP. These should be explicitly mentioned in the RFP.

Rest components can be proposed as per Bidder's solution.

533. 709 FR7.308 All information that flows on the network should be encrypted to ensure safety and privacy of confidential data. The devices at each endpoint of the network should be authenticated (using mechanisms based on attributes like passwords).The authentication system used on these endpoint devices shall ensure that only authorized users are sending data over the network and there is no rogue data that is sent to the control systems to generate false alarms or sabotage the systems.

This implies to have end point APT solution in place so that at later stage logs and file trajectory could be traced. Also for greater visibility within Network and to protect interiors of the network Network behavioral analysis tool would be required and is advisable.

As per Bidder Solution.

Page 122: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

122

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

534. 711 Section 5 Technical Requirements firewall TR 7.892

Firewall shall have a unified access control with functionalities such as: • TCP reassembly for fragmented packet protection • Brute force attack mitigation • SyN cookie protection • Zone based IP spoofing • Malformed packet protection

All these points are related to DDoS Protection and we request to remove these and ask for separate DDOS applaince. For these kind of DDoS functionalities separate DDoS applaince is advisable.

The RFP is self-explanatory. All these points can also be achieved with firewall.

535. 712 TR 7.894 Firewall shall have a file-based antivirus with following feature:

Since you are asking for separate Anti Virus solution in the RFP, hence our request is to remove this functionality from Firewall applaince. AV engine and scanning is resource centric technology and utilizes lot of CPU usage. This burdens basic firewalling features. Hence our request is to remove these features from Firewall.

Refer to Corrigendum.

536. 712 TR 7.896 Encrypted throughput: minimum 800 Mbps

Please clarify weather this is VPN throughput. Firewall throughput needs to be clearly defined under production performance etc. This is highly misleading term when use in Firewall parlence

The RFP is self-explanatory.

537. 311 FR 2.74 ETA: More than 70% of the predictions accuracy for Estimated Time of Arrival between -2 to 7 minutes, 30 minutes before the bus arrival. The thresholds shall be reassessed during operations for better passenger confidence on

Not sure what is meant by '30 minutes before bus arrival'?

By 30 minutes before, it is meant that ETA prediction by the system for that particular bus before 30 minutes of arrival at the bus stop.

Page 123: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

123

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

the predictions.

538. Help Desk Query reference not found.

539. 215 ICOMC_MSI_RFP_BBSR, Section 5 – Technical Requirements

3.9. Intelligent City Operations and Management Centre (ICOMC) 3.9.1. Overview In addition to ICOMC there will be 15 agency specific Command Control Centre – the initial list of agencies is as follows: • Police including Traffic Police • BMC • Electricity Department • Fire Department • Ambulance • BPTSL

1. How far are these every Agency specific CCC & ICOMC are placed? Whether in same building or same floor or same area or any? Please provide clarity on same. 2. Please provide the layout/floor plan to understand the room-wise details at every CCCs. 3. Need for room-wise details with Area dimensions or Length and Width of room, Height of room. False ceiling and False floor to be considered for any rooms. Please provide the same. These details will help to design the Technical requirementss & arrived detailed Bill of Materials against specifications.

1. Same Building 2&3. To be discussed with successful bidder.

540. 215 Volume 1,3.9. Intelligent City Operations and Management Centre (ICOMC)

Command Control Centre – Type 1 Command Control Centre – Type 2

Please clarify the difference between Command control center Type 1 and command control center Type 2. For which agencies do we need to provide Type 1 and Type 2 command control centre

The conditions mentioned in the RFP shall be applicable.

541. 216 3.9.2. ICOMC The ICOMC shall be rated for 24x7 operations and shall provide shift based operations for an overall 24x7 support

Who will be reponsible to run the 24x7 operations at the ICOMC. Who will provide the premises and infrastructure for the ICOMC.

The RFP is self-explanatory.

542. 216 3.9.2. ICOMC The ICOMC shall be rated for 24x7 operations and shall provide shift based operations for an overall 24x7 support

Please clarify, if the bidder only needs to provision for service help desk and the network monitoring team (FCAPS) shall be done by

The RFP is self-explanatory.

Page 124: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

124

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

FSCL

543. 216 ICOMC_MSI_RFP_BBSR Section 5 – Technical Requirements

The ICOMC Platform shall integrate all components mentioned in the Bhubaneswar Smart City Proposal and this bid. It shall be include the SCADA/IoT systems that shall be implemented in ABD area.

Please provide the details of SCADA to be integrated with ICOMC.

The conditions mentioned in the RFP shall be applicable.

544. 216 ICOMC_MSI_RFP_BBSR Section 5 – Technical Requirements

Integrate all systems from ICOMC to a central GIS platform being provided as part of this RFP.

Please provide the details of GIS system to be integrated with ICOMC.

GIS system to be integrated are Section 2.6.1 and Technical Requirements of Page 680

545. 216 ICOMC_MSI_RFP_BBSR Section 5 – Technical Requirements

In addition to systems identified in this RFP, the ICOMC shall seamlessly integrate the following system being procured separately: • Existing City Surveillance project implemented by Traffic Police • Existing Street Lighting project • Existing ERP & E-Governance Initiatives • Traffic Signaling • Common Payment Card • Public Bike Sharing System • E-rickshaw • Electricity & Water SCADA Systems • Online GIS Platform – Bhubaneswar One

Details of Electricity & Water SCADA Systems system need to be integrated is not available in The RFP. Please include.

The conditions mentioned in the RFP shall be applicable.

546. 216 ICOMC_MSI_RFP_BBSR

3 Nos. of Videwall of matrix 3 x 2 in Command & Control Centre Type 1

Please confirm whether we have to consider for Video Wall Controller for these Video Walls

Yes.

547. 216 3.9.2. ICOMC The smart city platform (referred Kindly clarify what is the scope and As per Bidder's Solution. Bidder to

Page 125: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

125

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

as ICOMC platform) of ICOMC shall provide a combination of system layers that when combined shall make use of Big Data, ICT and ITS infrastructure, advanced computing, analytics, and visualization to enhance the city’s intelligence. In addition, it shall provide the tools for the city decision makers to better manage the services they provide to its citizens.

utilization of Big Data here? fulfill overall requirements of the RFP.

548. 216 ICOMC_MSI_RFP_BBSR, 3.9.2. ICOMC

The smart city platform shall be able to normalize the data coming from different devices of various OEMs. It shall support integration with multiple vendors.

Request to add, The Smart City OEM supplier should have Data Normalization Software (IoT) and Operation Centre software functionalities; IoT software OEM should be top 5 in "Navigant Research Leaderboard Report For Smart City Supplier". This will enable us to proposed word leading solution of Command Centre Software for project.

The conditions mentioned in the RFP shall be applicable.

549. 216 ICOMC_MSI_RFP_BBSR, 3.9.2. ICOMC

The smart city platform shall be able to normalize the data coming from different devices of various OEMs. It shall support integration with multiple vendors.

Request to add basic global standard for smart city sensor platform; platform should support below modules; 1. Location engines- Should provide the geographical coordinates of specific facilities 2. Device engine- should provide aggregation of sensors from diverse sensor cloud 3. Data and Analytics engine - should stores data feeds from the device engine and external data sources, provides time-shifted or

The conditions mentioned in the RFP shall be applicable.

Page 126: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

126

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

offline analytics on the archived data 4. Service management - should performs service management 5. Subscription engine - should provide unique user roles, authentication, and access based on user subscriptions

550. 216 ICOMC_MSI_RFP_BBSR, 3.9.2. ICOMC

The smart city platform shall be able to normalize the data coming from different devices of various OEMs. It shall support integration with multiple vendors.

Kindly make mandatory; proposed OEM of smart city platform shall be pre-integrated drivers for various smart city solutions Ecosystem, OEM should provide min 65 Ecosystem list at the time of bidding.

The conditions mentioned in the RFP shall be applicable.

551. 216 3.9.1 ICOMC In addition to systems identified in this RFP, the ICOMC shall seamlessly integrate the following system being procured separately: • Existing City Surveillance project implemented by Traffic Police • Existing Street Lighting project • Existing ERP & E-Governance Initiatives • Traffic Signalling • Common Payment Card • Public Bike Sharing System • E-rickshaw • Electricity & Water SCADA Systems • Online GIS Platform – Bhubaneswar One

Request client to share names of the OEMs and domain application system provider for each of the solution so that bidder may work out details of integration requirements and corresponding effort. The current solution details are provided for items highlighted in bold-italics. Request details for other systems too. For future solutions, request client to share timeline by when they are expected to be integrated.

The conditions mentioned in the RFP shall be applicable.

552. 217 3.9.2 the ICOMC shall seamlessly integrate the following system

Request to please provide list of interfaces planned to be connected

The conditions mentioned in the RFP shall be applicable.

Page 127: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

127

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

being procured separately: • Existing City Surveillance project implemented by Traffic Police • Existing Street Lighting project • Existing ERP & E-Governance Initiatives • Traffic Signalling • Common Payment Card • Public Bike Sharing System • E-rickshaw • Electricity & Water SCADA Systems • Online GIS Platform – Bhubaneswar One

to ICOMC. Confirm whether necessary API's/SDK/Rest Service is available for Integration, If not what integrations approaches supported by Sub-Systems

553. 217 3.9.2 Existing system details Request to please provide the list of services with Make/model to integrate with the new systems?

The conditions mentioned in the RFP shall be applicable.

554. 217 ICOMC_MSI_RFP_BBSR, 3.9.2. ICOMC

The ICOMC shall be rated for 24x7 operations and shall provide shift based operations for an overall 24x7 support.

Sensor platform OEM should provide online Developer Program tools that help City to produce new applications , and/or use solution APIs to enhance or manage existing solution free of cost. OEM should have technology labs via an online public facing web interface. These labs should be available 24X7.

The conditions mentioned in the RFP shall be applicable.

555. 219 ICOMC_MSI_RFP_BBSR 3.9.2.1. Architecture

Data Centre and Disaster Recovery Site – Data Centre shall be colocated at STPI Data Centre in Bhubaneswar. STPI shall provide airconditioned space for hosting infrastructure. The Disaster Recovery (DR) Site will be of STPI in a different seismic zone and STPI will

What all functionality is required in Disaster recovery . Please elaborate.

Refer to Corrigendum.

Page 128: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

128

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

provide managed services for DR.

556. 219 3.9.2.1 Disaster recovery centre will be of STPI in a different seismic zone and STPI will provide manged services of DR

Kindly provide the Exact location of DRC ?Whether DRC architecure to be Active Active or Active Passive.Please confirm

Refer to Corrigendum.

557. 219 ICOMC_MSI_RFP_BBSR, 4.5 Software Development

The MSI shall ensure that full support from the OEM’s is provided during the course of the contract. MSI shall be responsible to provide any upgrades, patches, fixes to the software during the course of the contract at no additional cost to the client.

Command Centre OEM should have 24x7x365 technical assistance support center (TASC) in India. TASC should provide online website and phone number to register service request, service request can be raise by partner and customer.

The conditions mentioned in the RFP shall be applicable.

558. 220 3.9.2.1 Data Centre and Disaster Recovery Site – Data Centre shall be co-located at STPI Data Centre in Bhubaneswar. STPI shall provide air-conditioned space for hosting infrastructure. The Disaster Recovery (DR) Site will be of STPI in a different seismic zone and STPI will provide managed services for DR.

We understand that the datacenter will be standard tier III datacenter with all required amenities like power backup, UPS, BMS etc. Please confirm that : 1. Bidder has to host the required infrastructure for the proposed solution. 2. Provide IT management ( excluding datacenter Infrastructure Management service like Electrical, HVAC, UPS, Rodent system etc) services only at datacenter.

Refer to Corrigendum.

559. 220 ICOMC_MSI_RFP_BBSR, Section 5 – Technical Requirements

3.9.2. ICOMC 3.9.2.1. Architecture ICOMC shall consist of: • Data Centre and Disaster Recovery Site – Data Centre shall be co-located at STPI Data

Where does DC & DR will be hosted? Whether within ICOMC or differenct Place & building? 2. Please provided Layout/Floor play for DC & DR locations. Also need for any room-wise details, Area & height, False ceiling & False

Refer to Corrigendum.

Page 129: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

129

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Centre in Bhubaneswar. STPI shall provide air-conditioned space for hosting infrastructure. The Disaster Recovery (DR) Site will be of STPI in a different seismic zone and STPI will provide managed services for DR.

floor details as well. Please provide the same.

560. 221 ICOMC_MSI_RFP_BBSR Temporary Control Room

The ICOMC is being planned in the upcoming Municipal Corporation Building, which is still in design stage. The bidder shall establish a temporary control centre in BMC-Bhawani Mall Building. Details are provided in the next section.

Installation of all the equipment like Server, Large video Screens, Networking etc., in Temporary ICOMC and then Shifting to permanent ICOMC will be duplication of work and not recommended.

The conditions mentioned in the RFP shall be applicable.

561. 222 ICOMC_MSI_RFP_BBSR, Section 5 – Technical Requirements

3.9.2.1. Architecture Temporary Control Room The ICOMC is being planned in the upcoming Municipal Corporation uilding, which is still in design stage. The bidder shall establish a temporary control centre in BMC-Bhawani Mall Building.

Query not found.

562. 215,216

ICOMC_MSI_RFP_BBSR, Section 5 – Technical Requirements

3.9. Intelligent City Operations and Management Centre (ICOMC) 3.9.1. Overview Below is approximate space that would be available for the ICOMC and the other Command Centres. 1. ICOMC - 1No - Approx. 10,000 sq. ft. double height area

1. We understand it as, ICOMC with 10,000 Sqft, Type-1 & Type-2 CCC with 5,000 Sqft & 2,000 Sqft Area respectively. 2. These Area will be typical to all the Agencies with respect to Type-1 & Type-2 CCCs. 3. Tentative rooms detail provided in Tender will the considered for all the CCC accordingly (like, War

The conditions mentioned in the RFP shall be applicable.

Page 130: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

130

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

2. Command Control Centre – Type 1 - 3Nos - Approx. 5,000 sq. ft. overseeing the ICOMC video wall; 3. Command Control Centre – Type 2 - 12Nos - Approx. 2,000 sq. ft.;

room, Rack room, Visitor's Gallery etc). pls confirm on same.

563. 214 & 215

RFP - Section 5, Technical Requirement

The Command Control Centre will house an Intelligent City Operations and Management Centre (ICOMC) and Command Centre for other agencies. The individual Command Centres would be used by respective agencies to monitor their functions and responsibilities. In addition to ICOMC there will be 15 agency specific Command Control Centre.

Please provide details for Command Control Centre - Type 1 and Type 2. What is primary difference between the two types of Command Control Centres?

The conditions mentioned in the RFP shall be applicable.

564. 216 & 217

RFP - Section 5, Technical Requirement

ICOMC shall integrate all the City Systems procured under the Smart City Mission, which include systems procured through this project and system which are/will be procured as other projects. In addition to systems identified in this RFP, the ICOMC shall seamlessly integrate the following system being procured separately:

Please confirm whether SDK/API of all the relevant systems will be made available. We also request you to elaborate scope of integration in detail.

The conditions mentioned in the RFP shall be applicable.

565. 221, Section 3.9.3

ICOMC_MSI_RFP_BBSR

Centralized Repository of information of BBSR which are complete, up-to-date and accurate

Is it the responsibility of the vendor? Yes, the bidder understanding is correct.

566. 221, Section

ICOMC_MSI_RFP_BBSR

Support multi-agency collaboration on a GIS platform

Is this under the present RFP scope of implememntaion? Pls

Yes, the bidder understanding is correct.

Page 131: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

131

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

3.9.3 with many government agencies participating and contributing information.

confirm

567. 174 2.6 All these control centres act as a standalone control centres. There is no integration anywhere between these control centres in either data or for the systems and no common platform is available to provided integrated response. Agency coordination is limited

We understand that all the existing command centres will be integrated to ICOMC and the current centres will no longer exist. Please confirm the same so as to design and install the fiber network.

The RFP is self-explanatory.

568. 174 Volume 1,2.6. Intelligent City Operations and Management Centre (ICOMC)

For Dail 100,On an average, 2,200 daily calls are handled by the staff addressing various issues and required assistance are provided

Please provide details on how many calls are handled by Dial 108 service

Approximately 20,000 calls are handled daily as this is for the state wide network. However, out if 20,000, only 10% are genuine calls.

569. 175 2.6.1 / GIS Platform

One of the goals of the smart city initiative is to create a single citizen interface (similar to OneMap of Singapore) where data is available on a GIS platform. An initial effort was conducted, referred as Phase 1 effort during the Smart City Proposal development. Phase-I development is implemented by ESRI-India which basically serves the purpose of a Citizen Interface with the following Modules

We understand that GIS platform is already being implemented and under this RFP scope, MSI is only to integrate with existing GIS system for display of information at Portal

Refer section 2.6.1. of RFP for existing GIS platform details. MSI has to further build the GIS system to become the Bhubaneswar One platform that will be a single window portal for all of Bhubaneswar. Please also refer to FR 7.204, 7.205, 7.223 & 7.224

570. 175 2.6.1 Who would be providing the landbase for Bhubaneswar city?

Client will provide this.

571. 174 Section 5 Phase-I development is How was Phase-I awarded to ESRI, This is not in the purview of the

Page 132: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

132

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

2.6.1. GIS Platform

implemented by ESRI-India which basically serves the purpose of a Citizen Interface

why there was no Compitative bidding

present RFP

572. 175 Section 5 2.6.1. GIS Platform

The hardware & Software system was setup at Odisha State Data Centre facility. While the GIS software is available through a Portal for ArcGIS with two numbers of four core License and database is SQL Server 2014 64 bit R2.

The State Data Centre also has more Competent GIS Platform which is being used in Spatial Data infrastructure, why only ESRI

This is not in the purview of the present RFP

573. 679 Section 5 FR 7.225

Development shall be done using Portal for ArcGIS framework with best practice programming language and web development

Why is Bhubaneswar smart city depriving other GIS OEMs from Bidding ?

Bidder is free to choose any GIS Platform. Please Refer to Corrigendum.

574. 738 Section 5 8.4.2.24.

Application- Availability Web GIS sevierity Level High (99.5%)

What is the number of users envisaged to the GIS system and should the system be independent of number of users

Refer FR 7.246 & FR 7.247 of RFP

575. 738 Section 5 8.4.2.24.

Application- Availability Web GIS sevierity Level High (99.5%)

Should the system be on Active-Active Cluster at DC and DR Very Important for a 99.5% availabilitity

Refer FR 7.246 & FR 7.247 of RFP

576. 684 Section 5, FR 7.256 , FR 7.257 and FR 7.328

DC/DRC should not have any single point of failure. ; DC/DRC should have built-in redundancy mechanisms for high availability ; Database shall have Active-Passive failover clustering with objectives of scalability and high availability.

As per Clauses FR 7.256 , FR 7.257, there should not be "Any Single Point of Failure and should have built-in redundancy for High Availibility. But as per FR 7.328, you have mentioned "active-passive" clustering, which defeats the purpose of the above clauses. Hence, request you to change it to "Active - Active clustering", so that there is no single point of failure.

The RFP is self-explanatory.

577. 615 ICOMC_MSI_RFP_BBSR,

5.7. Intelligent City Operations and Management Centre

please provide the Equipments List/Quantity for integration with

The RFP is self-explanatory.

Page 133: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

133

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Section 5 – Technical Requirements

(ICOMC) FR - 7 Functional Requirements | Facilities Management and Building Management Systems (BMS) FR 7.21 Interface with all the BMS or IP enabled fire alarm system for monitoring of essential parameters.

BMS.

578. 618 5.5.2. ERP System

e-Governance & ERP - Functional Requirments

Can you please explain what is the format in which the compliance for the FRS to be filled in and the bais on which the marks are alotted based on the FRS Compliance in the technical Evaluation?

The RFP is self-explanatory.

579. 621 FR 7.102 The platform shall have ability to synthesize, analyse and integrate data from all City systems. It should provide analytical insights for running real time sensors and to decision makers for policy making and optimized decision making.

Since the vision for the analytics systems pans across RDBMS, ICT, Big Data and ITS systems, will there be requirement of capability to execute a query which accesses and combines data between RDBMS and Big Data systems without the need for moving data out from the RDBMS and Big Data systems.

As per Bidder solution.

580. 624 FR 7.126 Analytic capabilities are envisaged to understand the real-time and batch data to act with intelligent decisions. The analytics shall integrate both with historical and real-time streaming data from water, energy, parks, street lighting, and batch data from e-Governance and ERP applications, among others

Is the real time data required for the HR funtionalities

The RFP is self-explanatory.

Page 134: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

134

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

responding to citizen-provided information.

581. 625 FR 7.135 Video display wall shall be integrated with Display Content Management System (DCMS) so content managed in the DCMS can be displayed on the video wall.

This shold be changed to: It should be possible to display the Display Content Management System (DCMS) content on the video wall.

The conditions mentioned in the RFP shall be applicable.

582. 625 FR 7.139 Ability for all CCTV video, CATV, web s, IoT and all other display content to be routed to the board room.

This shold be changed to: Should be possible to send content which is being show on the video wall over the network

The conditions mentioned in the RFP shall be applicable.

583. 625 FR 7.140 Ability to manage the content within the boardroom or at the operators’ consoles.

This shold be changed to: Ability to manage the content from the operators’ consoles.

The conditions mentioned in the RFP shall be applicable.

584. 625 FR 7.141 Ability to add content from an ICOMC workstation or boardroom computer.

This shold be changed to: Ability to add content

The conditions mentioned in the RFP shall be applicable.

585. 625 FR 7.146 Auto calibration feature shall be provided to avoid periodic maintenance.

This shold be changed to: Auto colour and brightness management mechanism to be provided

Acceptable.

586. 626 FR 7.133 The memory engine shall provide various types of dashboards and capabilities that allow drilling down on the dashboards and interlinkages of report objects and integration with GIS.

Kindly share the following volumetrics : 1. Total number of users of dashboards for ICOMC 2. Maximum concurrent users of dashboards for ICOMC 3. Total number of users who will access the dashboards through mobile devices of ICOMC 4. How many total canned reports will be required to be generated for ICOMC on a daily basis 5. How many predictive analytics models shall be developed for

The conditions mentioned in the RFP shall be applicable.

Page 135: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

135

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

ICOMC

587. 626 FR 7.129 The platform shall provide capabilities of integration with big-data and shall provide in-memory analytics capabilities.

For big data systems, will an appliance based solution be preferred over commodity hardware based solutions. Looking at the span of the solutions being envisaged, we would recommend to baseline the big data system on a strictly appliance based approach.

The RFP is self-explanatory.

588. 626 FR 7.129 The platform shall provide capabilities of integration with big-data and shall provide in-memory analytics capabilities.

Please share the following volumetrics : 1. How much data volume would be required to be hosted on big data system 2. How much data volume would be generated from ICT and ITS systems on a daily basis 3. What will be the volume of data which would be retained on big data system

The conditions mentioned in the RFP shall be applicable.

589. 627 ICOMC_MSI_RFP_BBSR,Digital Voice Logger Server,Sec TR 7.159

Digital Voice Logger Server Is this logger part of the Contact centre solution or a separate logger for all extensions?

The conditions mentioned in the RFP shall be applicable.

590. 627 ICOMC_MSI_RFP_BBSR,Sec TR 7.160

It shall have at least 100 ports and expandable to additional 50 ports in future.

Why 100 ports required? Are all extensions to be recorded?

The conditions mentioned in the RFP shall be applicable.

591. 627 ICOMC_MSI_RFP_BBSR, Sec TR 7.165

Software & hardware required to record the wireless communication.

How will wireless communications be recorded?

The conditions mentioned in the RFP shall be applicable.

592. 627 ICOMC_MSI_RFP_BBSR,Automatic Call Distribution

ACD shall have the following functionality: • Identifying or determining the region from which the call is

Request to delete. It's not possible to identify the region of the caller. Caller needs to

The conditions mentioned in the RFP shall be applicable.

Page 136: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

136

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

(ACD) Requirements,Sec TR 7.167

originating and greeting the caller in English/Hindi/ Oriya

choose language on IVR.

593. 629 TR 7.9/ICOMC The screen shall have adjustable low inter screen gap 0.6 mm or lesser to give seamless viewing experience.

Since in TR 7.24 the access is asked for front access we request you to change to 1.5mm since in front access .6mm or less is not possible & if its less then there is possibility of damage of screens because of maintainence work

Refer to Corrigendum.

594. 629 TR 7.9 The Cube shall have redundancy in power supply, LED light source and its driver circuitry.

We request you to change as redundancy should be there in the inputs,LED light source ,its in built driver circuitary and its power supply because of redundancy in crtical components is very important for 24x7 applications.

Please read driver circuitry as ‘in-built’ circuitry. Idea is to have redundancy in critical components. Refer to Corrigendum.

595. 629 TR 7.3 The native resolution of each Visual Display Unit / Rear Projection Module should be 1920 X 1080 pixels (Full HD) and should have LED as its light source with ultra-thin configuration.

This shold be changed to: The native resolution of each Visual Display Unit / Rear Projection Module should be 1920 X 1080 pixels (Full HD) and should have LASER as its light source with ultra-thin configuration.

The conditions mentioned in the RFP shall be applicable.

596. 629 TR 7.6 The brightness uniformity of the VDM shall be >95%.

This shold be changed to: The brightness uniformity of the VDM shall be >98%.

The conditions mentioned in the RFP shall be applicable.

597. 629 TR 7.7 The Rear Projection Module shall have LED as its light source.

This shold be changed to: The Rear Projection Module shall have Laser as its light source.

The conditions mentioned in the RFP shall be applicable.

598. 629 TR 7.8 The screen shall have adjustable low inter screen gap 0.6 mm or lesser to give seamless viewing experience.

This shold be changed to: The screen shall have adjustable low inter screen gap 1.00 mm or lesser to give seamless viewing experience. With front access 0.6 is

Refer to Corrigendum.

Page 137: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

137

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

not possible

599. 629 TR 7.9 The Cube shall have redundancy in power supply, LED light source and its driver circuitry.

Should be changed to: The Cube shall have inbuilt redundancy in power supply and laser light source.

Query addressed before.

600. 630 TR 7.18 The VDW shall be capable of displaying high definition (HD) and standard definition (SD) content

We request you to add UHD/4K resolution for future expandibility since lot of UHD/4K input sources are available

Refer to Corrigendum.

601. 630 TR 7.19 The VDW shall provide minimum viewing angles of:• Vertical - ½ gain ±10 degrees, 1/10 gain: ±28 degrees

Request you change the vertical gain able to 30 +/- 5 tolerance since the 10 degree as vertical gain angle is poorest half gain angle and viewing in vertical direction will be problem for operators

The conditions mentioned in the RFP shall be applicable.

602. 630 TR 7.29 The VDW will have at least one (1) female DVI-I/HDMI input connector.

Request you to kindly add as two dual link DVI input for redundancy in inputs

The conditions mentioned in the RFP shall be applicable.

603. 630 TR 7.20 Auto colour and brightness management mechanism to be provided.

Request you to kindly change as "Auto & continous color and brightness management mechanism to be provided

Refer to Corrigendum.

604. 630 TR 7.26 The video display cubes shall have anti-reflective screens in order to reduce reflection and glare on the display wall

Request you to kindly change as The video display cubes shall have anti-reflective screens in order to reduce reflection and glare on the display wall.Also the screens should not be shrinking,budling,expand due to humidity & temperature variation in the control room.

The conditions mentioned in the RFP shall be applicable.

605. 630 TR 7.25 The brightness uniformity of each display cube and across the entire VDW shall be at least 95%.

Should be changed to: The brightness uniformity of each display cube and across the entire VDW shall be at least 98%.

Query addressed before.

606. 630 TR 7.28 All video display cubes shall Should be changed to: The conditions mentioned in the

Page 138: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

138

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

have a consistent image quality, automatic and continuous colour calibration and uniform brightness across the display wall.

All video display cubes shall have a consistent image quality and brightness across the display wall.

RFP shall be applicable.

607. 631 TR 7.34 The support structure shall incorporate sound proofing to prevent noise penetration from the equipment/s into the operations room.

Should be changed to: The support structure shall incorporate 1 19" rack mounting system to install equipment

Part of overall MSI solution.

608. 631 TR 7.38 Each VDW projection engine shall be modular to allow sub-components to be replaced without disruption to other components.

Should be changed to: projection engine shall be modular having input module and optical engine separate

RFP prevails. Requirement is that projection engine should be modular to enable sub-components to be replaced without impacting overall operations.

609. 631 TR 7.39 Each display cube shall not exceed a thermal dissipation of eight hundred (800) BTU per hour under normal operating conditions.

Should be changed to: Each display cube shall not exceed a thermal dissipation of twelve hundred (1200) BTU per hour under normal operating conditions.

The conditions mentioned in the RFP shall be applicable.

610. 631 TR 7.40 The VDW shall allow for easy maintenance of modules, colour sync systems, etc. where downtime is no greater than twenty (20) minutes.

Should be changed to: The VDW shall allow for easy maintenance of modules, colour sync systems, etc. where downtime is no greater than sixty (60) minutes.

60 minutes is acceptable

611. 631 TR 7.41 The AC input power shall be 110-240 VAC +/- 10% at 50/60 Hz +/- 1Hz. Power consumption of each cube shall be less than 300W.

Should be changed to: The AC input power shall be 110-240 VAC +/- 10% at 50/60 Hz +/- 1Hz. Power consumption of each cube shall be less than 350W.

The conditions mentioned in the RFP shall be applicable.

612. 631 TR 7.45 The VDW shall have redundancy of critical components like light module, drivers and power supplies.

Should be changed to: The VDW shall have redundancy of critical components like light module, and power supplies.

RFP requirements is clear. Objective is to have redundancy on all applicable critical components.

Page 139: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

139

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

613. 631 TR 7.47 The DCMS shall be able to display visual content on any network attached display device.

Should be changed to: The DCMS shall be able to display visual content on the video wall

RFP prevails. Requirement is to display content on attached display device which is video wall.

614. 631 TR 7.48 The DCMS shall be able to input, manage, and distribute visual content, including digital CCTV video, web s, CATV, workstation applications, and active screens from any networked workstation.

Should be changed to: The DCMS shall be able to input, manage, and distribute visual content

RFP prevails. Idea is all devices in command and control centre should be able to integrate with DCMS

615. 631 TR 7.49 The DCMS shall be able to decode, transmit, manage, and display the following formats of digital streaming video: • MPEG-4 • H.264

Should be changed to: The DCMS shall be able to decode, transmit, manage, and display the following formats of digital streaming video · H.264

The conditions mentioned in the RFP shall be applicable.

616. 632 TR 7.57 The DCMS shall have a seamless interface within the VMS UI of the CCTV. All DCMS interactions within the Video Management System shall be no more than three (3) mouse clicks to execute a DCMS function. The DCMS UI shall have the ability to run independently while the Video Management System is running.

Should be changed to: The DCMS UI shall have the ability to run independently while the Video Management System is running.

Three (3) mouse clicks (average) to execute DCMS function is a requirement for performance. RFP prevails.

617. 632 TR 7.58 The DCMS shall be accessible on any networked workstation or networked monitor with OPS on the ICOMC network.

Should be changed to: The DCMS client could be installed in required workstation

It should be accessed through DCMS client only. RFP prevails

618. 632 TR 7.59 The DCMS shall be able to create and edit user groups. DCMS permissions for users and user groups shall be customizable. At a minimum the definable permissions shall

Should be changed to: DCMS shall be able to create users groups and edit them

At a minimum, some of these permissions shall be defined.

Page 140: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

140

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

include UI function rights, viewing access rights, source list access rights, and display access rights.

619. 632 TR 7.62 The DCMS shall be able to display a minimum of two hundred (200) independent visual sources simultaneously on the VDW in the Operations Room. The sources shall be of 4CIF resolution.

Should be changed to: The DCMS shall be able to display independent visual sources simultaneously on the VDW in the Operations Room. The sources could be of HD resolutions

Minimum of 200 is required. Sources may be HD or 4 CIF. Both are acceptable

620. 632 TR 7.63 The DCMS shall be able to display a minimum of twenty (20) independent visual sources simultaneously on all boardroom or auxiliary display device. The sources shall be of 4CIF resolution.

Should be changed to: The DCMS shall be able to display visual sources.

Resolution of these sources displayed shall be 4CIF or HD

621. 632 TR 7.64 The DCMS shall be able to create and add borders and text overlays to individual original video content source. The borders and text overlays shall have selectable options for colour, widths, text size, and flash on/off.

Should be changed to: The DCMS shall be able to add borders to individual original video content source.

Acceptable.

622. 632 TR 7.66 The DCMS shall be able to select and display any region of a multi-monitor display on a DCMS connected source. For example, if an operator has three (3) monitors, the operator can select monitors one (1) through two (2) for display on the VDW, while leaving monitor 3 for local display only.

Should be changed to: The DCMS shall be able to select and display any multi-monitor display on a DCMS connected source. For example, if an operator has three (3) monitors, the operator can select monitors one (1) through two (2) for display on the VDW, while leaving monitor 3 for local display only.

The conditions mentioned in the RFP shall be applicable.

Page 141: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

141

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

623. 633 TR 7.68 The DCMS shall be able to accept a minimum input of four (4) CATV video sources;

Should be changed to: The DCMS shall be able to accept a minimum input of (4) CATV video sources through a demodulator if available in the control room

Demodulator if required is part of the overall MSI solution. RFP prevails.

624. 633 TR 7.69 The DCMS shall be able to control and manage all CATV tuners remotely from all video connected rooms in the ICOMC;

Should be changed to: The DCMS shall be able to show the inputs from multiple demodulators

Demodulator if required is part of the overall MSI solution. RFP prevails.

625. 633 TR 7.71 The DCMS shall have the ability to accept and use General Purpose Interface (GPI) triggers from the BSCL’s systems to activate pre-set image configurations.

Should be changed to: The DCMS shall have the ability to accept SNMP traps

The conditions mentioned in the RFP shall be applicable.

626. 633 TR 7.73 The DCMS shall be able to run a minimum of twenty (20) workstation client software instances simultaneously.

Should be changed to: The DCMS shall be able to run a minimum of ten (10) workstation client software instances simultaneously.

The conditions mentioned in the RFP shall be applicable.

627. 633 TR 7.74 The DCMS shall have the ability to self-monitor and provide alerts to the administrator and designated users via e-mail.

Should be changed to: The DCMS shall have the ability to provide alerts to the designated users via e-mail.

The conditions mentioned in the RFP shall be applicable. DCMS shall be intelligent.

628. 633 TR 7.75 The DCMS shall have a SDK and API openly available without charge for future integration with third party applications.

Should be changed to: The DCMS shall have a API available without charge for future integration with third party applications.

The conditions mentioned in the RFP shall be applicable.

629. 633 TR 7.82 The software should enable the users to see the desktop of the graphics display wall remotely on the any PC or above connected with the DCMS and Video Wall over the Ethernet and change

Should be changed to: The client software should enable the users to see the desktop of the graphics display wall remotely on any PC and change the size and position of the various windows

The conditions mentioned in the RFP shall be applicable.

Page 142: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

142

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

the size and position of the various windows being shown.

being shown.

630. 633 ICOMC_MSI_RFP_BBSR, Section No. TR 7.63

The DCMS shall be able to display a minimum of twenty (20) independent visual sources simultaneously on all boardroom or auxiliary display device. The sources shall be of 4CIF resolution.

Please confirm whether we need to have 20 additional physical outputs on the Video Wall Controller of 16 x 4 Video Wall Matrix for transmitting sources to all Board Rooms which amounts to 84 Outputs i.e. 64 (Video Wall) + 20 (Additional for Board Rooms) = 84

The conditions mentioned in the RFP shall be applicable.

631. 635 TR 7.91 The display shall utilize LED technology.

Should be changed to: The display shall utilize LCD with backlit LED technology.

Acceptable.

632. 635 TR 7.92 The display shall be seventy inches (70”) diagonal.

Should be changed to: The display shall be Eighty four inches (84”) diagonal.

The conditions mentioned in the RFP shall be applicable.

633. 635 TR 7.93 The display shall have a native resolution of Full HD 1920 x 1080 pixel density.

Should be changed to: The display shall have a native resolution of Ultra HD 3840 x 2160 pixel density.

Acceptable.

634. 635 TR 7.95 The display shall be equipped with an OPS-Compliant Slot.

Should be changed to: The display shall be equipped with a media USB for direct plug and play from USB

OPS-Compliant Slot is desired. As a minimum, media USB for direct plug and play from USB is required

635. 635 TR 7.96 The display shall have a built-in tuner.

Should be changed to: The display shall have a built-in DisplayPort

The conditions mentioned in the RFP shall be applicable.

636. 635 TR 7.102 The display shall be matt black and have thin bezels no greater than 20mm.

Should be changed to: Speaker output should be 10W x 2

Refer to Corrigendum.

637. 635 TR 7.104 The boardroom monitor shall equipped with at least one (1) of each input format including HDMI, Display Port, DVI-D, VGA 15-pin D-Sub, RS232C, and

Should be changed to: The boardroom monitor shall equipped with at least one (1) HDMI port

One (1) HDMI port and Ethernet port are required as a minimum

Page 143: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

143

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Ethernet (RJ45).

638. 635 TR 7.105 The display shall be equipped with at least one (1) of each output format including Stereo Mini-Jack, External Speaker Jacks, DVI-D, and RS-232C.

Should be changed to: The display shall be equipped with at least one (1) output of HDMI

One (1) HDMI acceptable

639. 635 ICOMC_MSI_RFP_BBSR,Collaboration System,Sec TR 7.107

Collaboration System Please clarify if this is part of the VC system or separate. Need to under the functionality of this system.

The RFP is self-explanatory.

640. 637 ICOMC_MSI_RFP_BBSR,Video Conferencing (VC) System,Sec TR 7.133

The VC system shall have innovative facial-tracking algorithms to accurately frame all room participants.

Request to delete as this is specific to some OEM. Most vendors have cameras that can capture the complete conference room effectively.

The conditions mentioned in the RFP shall be applicable.

641. 637 ICOMC_MSI_RFP_BBSR, Sec TR 7.138

The VC system shall have the capability to zoom in and follow the person speaking.

The VC system shall have the capability to zoom in and zoom out. This is limited to just one or two OEMs. Request to modify for wider participation. Following the person speaking causes camera orientation issues when multiple people are speaking in a meeting hence not effective.

The conditions mentioned in the RFP shall be applicable.

642. 638 ICOMC_MSI_RFP_BBSR,Sec TR 7.148

The VC system shall support following video standard protocols: • H.261, H.263, H.264 AVC

The VC system shall support following video standard protocols: • H.263, H.264 AVC, H.264 SVC, H.264 Hi Profile/H.265 H.261 is an obsolete protocol and is not available in newer endpoints. H. 264 Hi Profile/H.265 are latest codecs available with all OEMs, hence request to add.

Refer to Corrigendum.

Page 144: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

144

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

643. 638 ICOMC_MSI_RFP_BBSR,Sec TR 7.149

The VC system shall have at a minimum, the following video inputs; • 2 x cameras • 1 x HDMI 1.3 • 1 x VGA

The VC system shall have at a minimum, the following video inputs; • 1 x HDMI 1.3 • 1 x VGA/DVI Camera inputs are connected to HDMI or DVI ports itself and there are no separate ports for camera inputs.

There should be separate inputs for camera, if it is HDMI then there should be 2 HDMI inputs.

644. 638 ICOMC_MSI_RFP_BBSR, Sec TR 7.150

The VC system shall have at a minimum, the following Audio input. • 1 x camera • 1 x HDMI • 1 x 3.5 mm stereo line-in

The VC system shall have at a minimum, the following Audio input. • 1 x Microphone (RJ11) • 1 x HDMI • 1 x 3.5 mm stereo line-in Camera inputs are connected to HDMI port itself and there are no separate ports for camera audio inputs. It is via the microphone, hence request for change.

Yes, microphone is for audio input only.

645. 638 ICOMC_MSI_RFP_BBSR, Sec TR 7.152

The VC system shall have at a minimum, the following other interfaces; • 2 x USB 2.0 • 1 x RS-232 • 8-pin mini-DIN

The VC system shall have at a minimum, the following other interfaces; • 2 x USB 2.0 RS-232 is obsolete interface and not available in newer endpoints. Mini-Din adapter can be used with 3.5 mm port, hence not required on endpoint as it is not used.

The conditions mentioned in the RFP shall be applicable.

646. 647 TR-7 Technical requirements

TR 7.300 Contact center solution how many call center agents are being planned to use this solution ?

The RFP is self-explanatory.

647. 648 ICOMC_MSI_RFP_BBSR,Contact Centre Solution (For Helpdesk),Sec

Call Centre Operator’s Desktop: • It shall provide the operators with a help-desk functionality to guide the operators to answer a

This functionality is part of the Helpdesk application. The knowledge database needs to be provided by end user.

The RFP is self-explanatory.

Page 145: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

145

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

TR 7.313 specific query intelligently.

648. 649 Volume 1 Section CTI Server, Data Base Server, Digital Voice Logger Server

Technical Specifications pertaining to CTI Server, Data Base Server, Digital Voice Logger Server

The complete infrastructure for production, DR, Testing, Training, Development or any other instance can be provided using a subscription based managed service model with OEM providing the management and support of the environment remotely. Will such a model be acceptable?

The RFP is self-explanatory.

649. 649 TR 7.326 The Server shall support 48 DIMM Slots or higher.

To be deleted. - Justification: This clause is a restrictive clause and will not allow Oracle hardware & many other OEMs to participate in this project. Oracle hardware has max 24 DIMM slots. No. of DIMM slots add no value in on the performance of the server, hence this clause shall be deleted. Deleting of this clause will further reduce the TCO by 20%.

The conditions mentioned in the RFP shall be applicable.

650. 649 ICOMC_MSI_RFP_BBSR, Sec TR 7.317

Call Centre representative must have view to unified screen giving both network & service view.

Functionlity not clear. Call Centre representatives do not need network view. Hence request to delete. Service view is available for supervisors.

The conditions mentioned in the RFP shall be applicable.

651. 649 ICOMC_MSI_RFP_BBSR,CTI Server, Data Base Server, Digital Voice Logger Server,Sec TR 7.324 - TR 7.340

CTI Server, Data Base Server, Digital Voice Logger Server

The server specifications should be as per OEM recommended specifications. Different OEMs have different hardware resource requirement for their applications, hence it should be upto the OEM to provide the necessary servers to meet the functional requirement.

The conditions mentioned in the RFP shall be applicable.

652. 650 TR 7.328 - It shall have 4* 500 GB 15K SAS It shall have 4* 500 GB 10K/15K The conditions mentioned in the

Page 146: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

146

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

650 6Gbps 2.5in Slim HS HDD (Hot swappable) scalable up to 16 drives.

SAS 6Gbps 2.5in Slim HS HDD (Hot swappable) scalable up to 8 drives. - Justification: This clause is a restrictive clause and will not allow Oracle hardware & many other OEMs to participate in this project. Oracle hardware has max 8 internal disks. No. of HDD slots add no value in on the performance of the server, hence this clause shall be deleted. On top of it when a common storage is asked for scalability in terms of internal HDDs can actually be deleted also. Edition or Deleting of the scalability part in the existing clause will further reduce the TCO.

RFP shall be applicable.

653. 650 TR 7.333 It shall have minimum 7 PCI-E slots.

It shall have minimum 4-7 PCI-E Gen 3 slots. Justification: This clause is a restrictive clause and will not allow Oracle hardware & many other OEMs to participate in this project. Oracle hardware has max 4 PCI Gen 3 Slots. Hence a range for the PCI slots is requested else we will not be able to participate.

The conditions mentioned in the RFP shall be applicable.

654. 650 TR 7.339 It shall have maximum form factor of 4 U.

It shall have maximum form factor of 2 U. Justification: More U space will increase Datacenter footprint & increase OPEX cost by 75%. In an era where servers today are becoming smaller & denser choosing a 4 U server is outdated.

Refer to Corrigendum.

655. 653 ICOMC_MSI_RFP_BBSR,

The Matrix Switcher shall have a modular chassis with minimum 8

# Please confirm no. and type of input sources to be considered in

The conditions mentioned in the RFP shall be applicable.

Page 147: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

147

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Section No. TR 7.376

slots for I/O board insertion. each Board Room to configure Cards of Matrix Switcher. # Also confirm size and quantity of the display to be considered in each Board Room as we understand that Video Wall of each Command Centre will be installed in operation area # In the specs of Matrix, Audio Breakaway is required but in BoQ Audio Extractor is asked, kindly confirm its requirement

656. 656 ICOMC_MSI_RFP_BBSR, Section 5.7, Intelligent City Operations and Management Centre, Technical Requirement TR 7.448

Business Rules & SOP Definitions

As per mentioned in the RFP document, it shall enable users to define the business rules around incidents handling and emergency response as per agreed SOP's for the Smart City. We understand that these rules will be defined in the proposed Business Rule management System with the below mentioned capabilities in it: 1) Rule Engine should have a complete web based environment for the design, definition, testing, rule management operations and deployment of rules. 2) Rule Engine should have the web standard interfaces such as Web Services Definition Language (WSDL), XML Schema Definition (XSD), and Simple Object Access Protocol (SOAP) so that it can communicate with other

The conditions mentioned in the RFP shall be applicable.

Page 148: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

148

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

applications based on open standards. 3) Solution should have the capability to deploy rules as the web service. 4) Solution should have the capability to define rules through “If else” statement or through “Decision Table”. 5) Audit logging of changes/modifications done in the rules. Please confirm our understanding.

657. 656 ICOMC_MSI_RFP_BBSR, Section 5.7, Intelligent City Operations and Management Centre, Technical Requirement TR 7.448

Incidents lifecycle engine As per mentioned in the RFP document, it shall manage the life cycle of incidents and related entities via pre-defined workflows. The workflow could cut across multiple systems via the interfacing modules. Workflow for operational alerts and escalations should be triggered automatically without human intervention. We understand that these workflows will be defined/configured in the Workflow Management System as per the requirements of workflow engine mentioned in functional requirements of Electronic Content Management section at number 521. Please confirm our understanding.

The conditions mentioned in the RFP shall be applicable.

Page 149: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

149

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

658. 658 TR 7.477 The platform shall have the ability to automatically reconfigure the video display wall based on thresholds being met on user defined analytic parameters.

Should be changed to: The platform shall have the ability to automatically reconfigure the video display wall based on snmp traps or time schedule

The conditions mentioned in the RFP shall be applicable.

659. 658 TR 7.478 Platform visuals shall be displayable as an individual window, or as combination of several windows of information on the operators’ workstation, manager’s workstation, and boardroom display.

Should be changed to: It should be possible to give different rights to different operators

The conditions mentioned in the RFP shall be applicable.

660. 658 TR 7.478 Platform visuals shall be displayable as an individual window, or as combination of several windows of information on the operators’ workstation, manager’s workstation, and boardroom display.

Should be changed to: It should be possible to give different rights to different operators

The conditions mentioned in the RFP shall be applicable.

661. 664 FR 7 .1 92, Integration with UPS: The nomenclature is specific to single OEM, request you to kindly keep the same as " As per OEM standard "

Refer to Corrigendum.

662. 679 FR 7.231 Promotion & Branding of BhubaneswarOne through Digital Media, Social Media, Apps & Internet

Please let us know if you would like to explore the possibility of using a Branding and Promotion tool that is hosted solely on Public Cloud

Bidder is free to choose any GIS Platform. Please Refer to Corrigendum.

663. 680 5.7.2 Proposed Data List and Functions Apart from existing data & functions with BhubaneswarOne, following new Data List, Functions & Modules are envisaged. Phasing of implementation, Data List and

What is expected from MSI since MSI to integrate with ArcGIS/ESRI GIS only, pl. clarify

Bidder shall ensure that a robust GIS platform that supports all the requirements of the Smart City project is established and maintained as per the terms of the bid.

Page 150: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

150

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Functions List will be finalized by client during design stage

664. 684 ICOMC_MSI_RFP_BBSR,5.7.3. Data Hosting,Functional Requirement

The hardware, software and associated accessories for the tier-III DC and DRC shall be provided by the MSI.

This is in conflict to section 4.12.7.2. ICOMC: Data Hosting, Where the responsibilty of supply the systems for DR site is not under MSI. Pl clarify

Refer to Corrigendum.

665. 684 FR 7.259 Disaster Recovery centre should cater to minimum 10% load for replicating critical components with dynamic provisioning capability to handle 100% load in case of failures at data centre

Please define critical components Critical components to be decided by successful Bidder in consultation with the Client.

666. 684 5.7.3. Data Hosting, Point FR 7.263

The hardware, software and associated accessories for the tier-III DC and DRC shall be provided by the MSI.

A. Kindly clarify whether IT infrastructure for DRC will be provided by STPI or MSI? In case it is being provided STPI, subsequent clauses in RFP related to DRC should not be applicable on MSI. B. What will be the location of DRC since it is supposed to be in separate seismic zone? If DRC will be outside Bhubaneswar City or Odisha State how will it be connected to city-wide fiber network?

IT infrastructure at DRC will be provided by MSI. Refer to Corrigendum.

667. 684 5.7.3. Data Hosting, Point FR 7.251

DC/DRC should be Active-Active mode in different seismic zones with near zero time latency.

Are both Data Center and DRC expected to run simultaneously and load may be shared between DC and DRC?

The RFP is self-explanatory.

668. 684 5.7.3. Data Hosting, Point FR 7.252

DC/DRC should be dynamically scalable to deploy virtual servers, push configuration and monitoring policies with no impact on existing data,

The infrastructure at DC/ DRC will be scalable to cater to future requirements. However any additional requirements over and above the sizing requirements of

The conditions mentioned in the RFP shall be applicable.

Page 151: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

151

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

applications and storage. smart city components to cater to the expected loads during the tenure of the project will be provided by BSCL or catered through change request. Kindly confirm.

669. 684 5.7.3. Data Hosting, Point FR 7.253

DC/DRC should have dynamic load balancing capability.

Does this mean that DC and DRC will have 50:50 load sharing between the locations?

The RFP is self-explanatory.

670. 684 5.7.3. Data Hosting, Point FR 7.254

DC/DRC should meet uptime institute Tier III standards.

Since space, power, cooling and physical safety of DC and DRC is being provided by STPI, it is assumed that these locations are already prepared as per Tier-III standards and MSI will only install the IT infrastructure required for hosting smart city components. Kindly clarify.

Refer to Corrigendum.

671. 684 5.7.3. Data Hosting, Point FR 7.255

DC/DRC should adhere to latest industry standards for security like ISO 27001, EAL (Evaluation assurance level).

Data Center and DRC locations are already being provided by STPI. We assume that these locations are already certified as per ISO 27001 and EAL guidelines. MSI is only expected to adhere to these guidelines while hosting IT infrastructure for smart city requirements and not carry out any certifications at these locations. Kindly clarify.

Refer to Corrigendum.

672. 684 5.7.3. Data Hosting, Point FR 7.259

Disaster Recovery centre should cater to minimum 10% load for replicating critical components with dynamic provisioning capability to handle 100% load in case of failures at data centre.

A. Kindly clarify this clause. Is it expectedthat DRC will at a minimum cater to 10% of critical load of Data Center at all times and in case of failure of Data Center cater to 100% of the load? B. If DRC is expected to be cater to

The RFP is self-explanatory.

Page 152: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

152

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

100% of Data Center load then the DRC will be a 1:1 replica of Data Center. In such a case it is already mentioned in RFP that for certain components such as Smart Traffic, Smart Tracking, Smart Response, Smart Governance,Smart Connect & Smart City Platform ( 262 of RFP), minimum 50% of Data Center sizing is to be considered. Is MSI expected to provide 100% DRC or 50% DRC?

673. 684 5.7.3. Data Hosting, Point FR 7.261

There should be adequate backup mechanism (Power, Bandwidth, Application, and Data) in DC & DRC.

A. Power DC and DRC will be provided by STPI and hence adequate backup mechanism for such items may be provided by STPI and not in scope of MSI. Kindly clarify. B. Here bandwidth means city wide fiber will be laid by MSI and will be utilized for the connectivity? C. Who will provide internet bandwidth MSI or BSCL? D. As per our understanding P2P link between DC and DRC will be provided by STPI for replication of data

A. Power under STPI scope. B. Bandwidth for DC and DRC under scope of MSI. C. Bidder to provide bandwidth. D. Bidder to provide P2P link.

674. 684 FR 7.251 DC/DRC should be Active-Active mode in different seismic zones with near zero time latency.

If DC and DR in active active, all data will be processed which will consume more bandwidth and does not meet the requirement of DR. In General DR is offline and becomes active only in case of primary ite failure pl. clarify.

The RFP is self-explanatory.

675. 685 ICOMC_MSI_RFP_BBSR, Section FR

Disaster Recovery centre should cater to minimum 10% load for replicating critical components

We believe that this statement is menat to have DR as 100% of DC. But in 263 , the DR capacity is

The RFP is self-explanatory.

Page 153: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

153

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

7.259 with dynamic provisioning capability to handle 100% load in case of failures at data centre.

mentioned 50%. Please clarify.

676. 685 RFP Volume 1 - 5.7.3. Data Hosting

5.7.3. Data Hosting - DC/DRC should be Active-Active mode in different seismic zones with near zero time latency.

Kindly clarify the following 1) The solution should be deployed in Active Active mode at DC & DR 2) Where is the DR site located . If it is in different seismic zone the zero latency would be very difficult 3) In order to achieve zero time latency will department provide high speed connectivity (dark fiber , dedicated lease link . etc.)

1) The RFP is self-explanatory. 2) For location of DCR, Refer to Corrigendum. As per Bidder Solution. Bidder to fulfill RFP requirement of zero latency. 3) Bidder to achieve zero latency as per their own solution.

677. 685 RFP Volume 1 - 5.7.3. Data Hosting

5.7.3. Data Hosting - Disaster Recovery centre should cater to minimum 10% load for replicating critical components with dynamic provisioning capability to handle 100% load in case of failures at data centre

According to the requirement DR should be 100% of DC all the time (compute , storage .) . Kindly confirm the same

The RFP is self-explanatory.

678. 685 RFP Volume 1 - 5.7.3. Data Hosting

5.7.3. Data Hosting - DC/DRC should be dynamically scalable to deploy virtual servers, push configuration and monitoring policies with no impact on existing data, applications and storage.

What is the % of scalability anticipated . This helps Bidder to size the hardware accordingly

The conditions mentioned in the RFP shall be applicable.

679. 685 5.7.3 FR 7.262 STPI shall provide the conditioned space including HVAC, Cabinets and racks, Mechanical systems, Electrical systems and raw power to host the DC and DRC. FR 7.263 The hardware, software and associated accessories for the tier-III DC

Does building of the datacenter would be responsibility of Bidder. If yes please provide the technical details of the HVAC installed.

Building of Data Center not under Bidder scope.

Page 154: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

154

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

and DRC shall be provided by the MSI.

680. 685 ICOMC_MSI_RFP_BBSR,5.7.3. Data Hosting,Functional Requirement

99.99% Uptime is required for the DC Environmental Infrastructure and services.

is there any possibility of relaxing this clause ?

The conditions mentioned in the RFP shall be applicable.

681. 685 5.7.3. Data Hosting, Point FR 7.266

99.99% Uptime is required for the DC Environmental Infrastructure and services.

Data Center has been asked to be prepared as per Tier-III standards. As per Tier-III requirements, uptime of Data Center should be 99.982%. Request to modify the uptime requirements for DC environmental infrastructure and services to 99.982%.

The RFP is self-explanatory.

682. 685 5.7.3. Data Hosting, FR 7.268

Minimum three levels of access control security are required to enter in to the server room. Server room access control should be based on dual authentication.

The Data Center and DRC for hosting the smart city infrastructure is being provided by STPI. It is assumed that STPI already has such systems in space and any physical and Non-IT requirements at these locations will be provided by STPI. MSI will only bring in the necessary IT infrastructure for hosting the smart city solutions. Kindly clarify.

Refer to Corrigendum.

683. 686 RFP Volume 1 - 5.7.3. Data Hosting

5.7.3. Data Hosting - 99.99% Uptime is required for the DC Environmental Infrastructure and services.

Request to reduce the uptime to 99.95% since this is the standard uptime requirement.

The conditions mentioned in the RFP shall be applicable.

684. 686 5.7.3 DC/DRC Monitoring Dashboard - FR 7.269 MSI should provide a dashboard view for their DC/DRC solution for BSCL for virtually monitoring all smart city

The mentioned paragraph indicates that Bidder has to provide the EMS solution which would integrate with BMS.

The RFP is self-explanatory.

Page 155: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

155

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

project related DC & DRC activities inclusive of hardware, application, data, bandwidth, manage hosting services, storage from the ICOMC. FR 7.270 The system should provide ability to monitor, manage, control and report performance of all smart city project servers.

685. 686 TR 7.627 , WAN/Internet Router

Interface modules: Must support up to 10G interfaces as per the design. Must have capability to connect with variety of interfaces.

Amendment Request: Assuming the requirement of 10G interfaces on the router, we think that the throughput of the device should also be considerd. Hence, we would like to also include the effective throughput of the device to be scalable to 20Gbps

The conditions mentioned in the RFP shall be applicable.

686. 686 TR 7.633 , WAN/Internet Router

All interface modules, power supplies should be hot- swappable

Clarification Request: Kindly clarify if the requirement for hot-swappable feature is only for the interfaces coming in various interface modules and not for the on-board interfaces. The hot-swappable is not possible for the in-build interfaces

Agreed. Refer to Corrigendum.

687. 687 TR 7.640,DC TOR Switch

Throughput: • 500 Mbbs or better

Amendment Request : Seems to be a typo error.This should be changed to 500 Mpps or better

Yes.

688. 688 TR 7.649 Processor speed should be minimum 2.4 GHz

Processor speed should be minimum 2.2 GHz pr higher. Justification: Intel Xeon E5-2699 v4 at 2.2GHz is the latest & the most powerful CPU of Intel today. Hence change is requested in terms of GHz.

The conditions mentioned in the RFP shall be applicable.

689. 688 ICOMC_MSI_ Latest series/ generation of 64 We have two specifications for the The RFP is self-explanatory.

Page 156: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

156

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

RFP_BBSR,5.7.3. Data Hosting,Technical Requirement, Servers

bit x86 processor(s) with Ten or higher Cores

servers as you have also asked the server specification in section 5.7.4.2. Communication Cabinets with Racks; Pl confirm which server specification we should consider

690. 688 TR TR 7.651 Internal Storage: • 2 x 300 GB SAS (10k rpm) hot swap disk with extensible bays

Internal Storage: • 2 x 300 GB SAS (10k rpm) hot swap disk .Extensible-Understanding is 2 drive bays which is getting utilized by HD provisioned.

The conditions mentioned in the RFP shall be applicable.

691. 689 689 Blade Chassis Specifications Blade Chassis Specifications (Not applicable to bidders offering Rackmount servers). Justification: Oracle does not have any blade offering. Hence if this clause is not edited Oracle will not be able to participate.

The conditions mentioned in the RFP shall be applicable.

692. 689 TR 7.652 Network interface 2 X 20GbE LAN ports for providing Ethernet connectivity 1 X Dual-port 16Gbps FC HBA for providing FC connectivity

Network interface 2 X 20GbE LAN /ports for providing Ethernet connectivity 1 X Dual-port 16Gbps FC HBA for providing FC connectivity. Or Alternatively bidders can provide 4*10 GbE for converged connectivity of FOE traffic. Since the storage architecture has moved on from the legacy Fiber channel based low-speed transmission to the next-gen Fiber-channel protocol stack which is capable of transmitting at higher-speed on ethernet medium

The conditions mentioned in the RFP shall be applicable.

693. 689 TR 7.665 Two hot-plugs/hot-swap FCOE is already allowed in the The conditions mentioned in the

Page 157: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

157

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

redundant 16 Gbps Fiber Channel module for connectivity to the external Fiber channel Switch and ultimately to the storage device

above clause 7.664 of the RFP, hence, this is repetitive. Request you to please remove the clause.

RFP shall be applicable.

694. 689 TR 7.663 Minimum 1 USB port Minimum 1 USB at blade chassis/Blade server level

The conditions mentioned in the RFP shall be applicable.

695. 689 TR 7.667 Power supplies shall have N+N. All power supplies modules shall be populated in the chassis.

The power subsystem should be support N + N power redundancy for a fully populated chassis with the 2 socket (CPU) servers configured with the highest available processors and memory in the processor series being offered the bidder. This will allow to have the latest and best high performance CPU and still have the highest level of redundancy and density . This is required for complete investment protection for any future scalability and expansion

The conditions mentioned in the RFP shall be applicable.

696. 690 ICOMC_MSI_RFP_BBSR, Section TR 7.661

Have the capability for installing industry standard flavours of Microsoft Windows, and Enterprise Red Hat Linux OSs as well as virtualization solution such as VMware.

Please add Oracle Virtual Manager as a Virtualization technology. Oracle Virtual Manager is a leading virtualization technology being used to run large installations Globally including India.

List is indicative.

697. 690 ICOMC_MSI_RFP_BBSR,5.7.3. Data Hosting,Technical Requirement, Primary Storage

Storage Capacity should be minimum 5 TB…….Disks should be preferably minimum of 3 TB capacity

5TB seems to be on very lower side and please make us understand why 3 Tb Drives are preferable here . Could we choose as per the perfomance/Application requirement

As per Bidder Solution. Overall requirements of the RFP shall be met.

698. 690 TR7.65 Storage Capacity should be Kindly provide the basis of 5TB Minimum 5TB is required. Bidder

Page 158: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

158

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

minimum 5 TB (usable, after configuring in offered RAID configuration)

Storage calculation. can propose higher storage as per their solution. Bidder shall meet overall RFP requirements.

699. 690 TR 7.679 Cache: • Minimum 128 GB of useable cache across all controllers. If cache is provided in additional hardware for unified storage solution, then cache must be over and above 128 GB.

Please change to "Cache - Min 128 GB of useable cache across all controllers / solution .

The conditions mentioned in the RFP shall be applicable.

700. 691 RFP,TR 7.675 Storage Capacity should be minimum 5 TB (usable, after configuring in offered RAID configuration)

Please specify criteria to size storage for all the application.

Minimum 5TB is required. Bidder can propose higher storage as per their solution. Bidder shall meet overall RFP requirements.

701. 691 TR 7.683 Solution/Type: • Secondary Storage (Archival/Backup) can be on any media such as Tapes, Disks, Disk systems, etc. or its combination. (so as to arrive at lower cost per TB) • May or may not use de-duplication technology • Compatible with primary storage • Must use latest stable technology platform, with support available for next 7 to 10 years.

Product generally have life cycle of approximately 4-5 years with few more years of support availablity. Support for 10 year for product would be issue for most of the OEMs. Please change to " Must use latest stable technology platform, with support available for next 7 years. "

The conditions mentioned in the RFP shall be applicable.

702. 692 TR7.682 Data Protection: The storage array must have complete cache protection mechanism either by de-staging data to disk or providing complete cache data protection with battery backup for up to 4 hours

Since RFP is asking for 128GB cache hence please confirm whether complete 128GB Cache shall be battery protected or shall have de-staging facility to disk for complete 128GB Cache? Please confirm?

As per Bidder Solution. Bidder shall meet overall RFP requirement.

703. 692 TR7.683 Secondary Storage : Secondary As per clause FR 4.20 on number The RFP is self-explanatory.

Page 159: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

159

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Storage (Archival/Backup) can be on any media such as Tapes, Disks, Disk systems, etc. or its combination. (so as to arrive at lower cost per TB)

374 - Video Feeds will be available for 30 days. Please confirm whether vendor can have 7 days data on Primary storage and remaining 23 days on Secondary storage while ensuring that complete 30 days data is completely available online. Please confirm?

704. 693 Section 5 Technical Requirements-Server Load Balancer

Load Balancing Applications: • Application/ Web Server, MMS, RTSP, Streaming Media • DNS, FTP- ACTIVE & PASSIVE, REXEC, RSH • LDAP, RADIUS

Rexec stands for remote exec and like rsh, allows you to execute non-interactive programs on another system. The remote shell (rsh) is a command line computer program that can execute shell commands as another user, and on another computer across a computer network. The remote system to which rsh connects runs the rsh daemon . Both REXEC and RSH are mechanisms to exceute commands on a remote system and not services running on a server which needs to be load balanced . We would therefore request you to remove these 2 protocols

The conditions mentioned in the RFP shall be applicable.

705. 694 Section 5 Technical Requirements-Server Load Balancer

Browser Type Farm: • Support for Global Server Load Balancing • Global Server Load Balancing Algorithms • HTTP Redirection, • HTTP • DNS Redirection, RTSP Redirection • DNS Fallback Redirection,

Since the device would be also acting as a GSLB for DC-DR failover of applications and would be acting as authoritative name server of the URL's for which it will do a DC-DR failover /loadbalancing , it can be frequently targeted with DNS attacks to bring the device down to make those URL's unavailable . Therefore the device

The conditions mentioned in the RFP shall be applicable.

Page 160: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

160

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

HTTP Layer 7 Redirection should have the ability to protect itself from all types of DNS attacks .

706. 694 Section 5 Technical Requirements-Server Load Balancer

SLB should support below Management options SSH TELNET SNMP v1, 2, 3 Based GUI Command Line

Since TELNET is an insecure protocol where in the username and password is sent to the Load balancer in cleartext it not recommended to be used for managing the device and hence it should be removed .

Refer to Corrigendum.

707. 694 Section 5 Technical Requirements-Server Load Balancer

NEW CLAUSE HTTP 2.0 addresses many of the challenges which HTTP 1.1 has and thus ensures that the web application load times is significantly reduced . Being a full HTTP 2.0 Proxy ensures that while the end users can use HTTP2.0 to connect to the application , the backend web application will still continue to run HTTP1.0/HTTP1.1

The conditions mentioned in the RFP shall be applicable.

708. 694 Section 5 Technical Requirements-Server Load Balancer

NEW CLAUSE ECC are the new standard for certificates since they support PFS and hence offer much better security and the device should support offloading for the keys

The conditions mentioned in the RFP shall be applicable.

709. 694 Section 5 Technical Requirements-Server Load Balancer

NEW CLAUSE HTTP Strict Transport Security (HSTS) is a web security policy mechanism which helps to protect websites against protocol downgrade attacks and cookie hijacking. It allows web servers to declare that web browsers (or other complying user agents) should only interact with it using secure HTTPS connections,and never via the insecure HTTP protocol.

The conditions mentioned in the RFP shall be applicable.

710. 694 Section 5 NEW CLAUSE Gartner is the world leader in The conditions mentioned in the

Page 161: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

161

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Technical Requirements-Server Load Balancer

publishing IT advisory and research reports which are referred by almost all major govt and private institutions . Gartners publishes it's research reports for various IT products and all the participant Vendors are evaluated against a wide array of criteria including thought leadership, product roadmap , ability to incorporate the latest technolgy and global market share . A consistent position in the Gartners Leaders Quadrant for the past 5 years ensures that the vendor was rated as best using all of the evaluation techniques mentioned below thereby ensuring that the product is the best in it's category .

RFP shall be applicable.

711. 698 ICOMC_MSI_RFP_BBSR,5.7.4.2. Communication Cabinets with Racks

The server shall have 2x Dual Core Intel Xeon E7-8893 v4, 2.66 GHz, 15 MB Cache, 1333 MHz FSB or better.

Any specific reason for this processor. Could bidder choose the processor as per the performance ask of the application. Moreover this modal of processor is not available with blade option in few OEMs.

The conditions mentioned in the RFP shall be applicable.

712. 698 RFP TR 7.763 The workstations shall have Microsoft Office Professional and Antivirus.

Can the bidder provide Open Office at the place of Microsoft Office Professional?Kindly Confirm.

The conditions mentioned in the RFP shall be applicable.

713. 699 5.7.4.3. Servers - TR 7.808

The server shall have 2x Dual Core Intel Xeon E7-8893 v4, 2.66 GHz, 15 MB Cache, 1333 MHz FSB or better.

The server shall have 2 x E5-2699 v4, 2.2 GHz, 55 MB Cache, or better. Justification: Intel Xeon E5-2699 v4 at 2.2GHz is the latest & the most powerful CPU of Intel today. Hence change is requested. Please refer: https://ark.intel.com/products/91317/Intel-Xeon-Processor-E5-2699-v4-

The conditions mentioned in the RFP shall be applicable.

Page 162: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

162

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

55M-Cache-2_20- GHz

714. 699 TR 7.803 Minimum 6RU weather proof NEMA 4X/IP65 compliant UV resistant outdoor metallic enclosure in conformance with DIN 41494.

Nema4X Field Junction Box is not possible for a ventilated enclosure where active equipment's are installed hence please change to IP55 as per EN 60529

The conditions mentioned in the RFP shall be applicable.

715. 699 TR 7.808 The server shall have 2x Dual Core Intel Xeon E7-8893 v4, 2.66 GHz, 15 MB Cache, 1333 MHz FSB or better.

1) E7-8893 v4 is a 4 core 3.20GHz processor with 60MB cache. 2) The Intel QuickPath Interconnect (QPI) has replaced replaced the front-side bus (FSB) in Xeon platforms starting in 2008. Please amend as per above

The conditions mentioned in the RFP shall be applicable.

716. 699 TR - 6 Technical Requirements 5.7.4.3. Servers

The server shall have 2x Dual Core Intel Xeon E7-8893 v4, 2.66 GHz, 15 MB Cache, 1333 MHz FSB or better.

Please allow bidders to quote alternate option of dual socket server populated with 2* 12 core Intel Xeon E5- 2650 v4 ,2.2GHz, 30 MB cache, 2400 MHz. The performance of dual socket server populated with E5- 2650 v4 is equivalent or better than 4 socket server populated with 4 socket E7 server . For example :-SPECint for E5 2650 V4 is 989 and E7 -8893 is 945.Also this will save substantial rack space, power and cooling requirement since we are getting equivalent or better performance in 2U server than a 4U server.

The conditions mentioned in the RFP shall be applicable.

717. 699 5.7.4.3. Servers

The Server shall include (6) PCI-Express x4 or (2) PCI-X 64-Bit/133MHz.

The Server shall include (6) PCI-Express x4 or (2) PCIe interfaces 64-Bit/133 MHz, since different server vendors have different architecture.

(6) PCI-Express x4 will be preferred.

718. 700 TR 7.813 The Server shall include (6) PCI- It shall have minimum 4-7 PCI-E (6) PCI-Express x4 will be

Page 163: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

163

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Express x4 or (2) PCI-X 64-Bit/133MHz.

Gen 3 slots. Justification: This clause is a restrictive clause and will not allow Oracle hardware & many other OEMs to participate in this project. Oracle hardware has max 4 PCI Gen 3 Slots. Hence a range for the PCI slots is requested else we will not be able to participate.

preferred.

719. 700 RFP TR 7.808 The server shall have 2x Dual Core Intel Xeon E7-8893 v4, 2.66 GHz, 15 MB Cache, 1333 MHz FSB or better.

The Dual core processor for server has been reached EOL.Hence request to allow the bidder to propose latest entry level configuration as per solution requirement.

Yes, This is the minimum requirement and the Bidder's Solution can be as per the latest one.

720. 700 TR 7.809 The server shall have 16 GB of RAM and 5 TB of storage as a minimum. The memory shall be scalable to double the capacity configured.

whether 5TB has to be in server only or can it be in common storage platform

In server only

721. 700 TR 7.811 The server shall be scalable to 2 processors with each having a minimum of 6 cores per processor.

This line is contradicting to point TR 7.808. Please clarify

Yes, This is the minimum requirement and the Bidder's Solution can be as per the latest one.

722. 700 TR 7.816 The Server shall have an Optical Drive 48x SATA CDRW/DVD Combo Drive.

Please amend optical drive to DVD+/-RW. Please delete speed (48x) since internal optical drives in density optimized servers are slim DVD RW & do not have such speed. Server optical drives are almost never used.

The conditions mentioned in the RFP shall be applicable.

723. 700 TR 7.822 The central system server shall have a hot standby to mitigate any risk of failure in central system which halts the system performance.

Please clarify, if required, since this may need application failover / application load balancing for applications & external block storage (SAN Storage) clustering

The RFP is self-explanatory.

Page 164: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

164

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

for database / mail etc.

724. 700 TR 7.823 Server shall be designed to provide a fully redundant and fault tolerant system and shall be available for 99.99% or greater. The unscheduled down time shall be less than 0.01%.

Please amend Server "fault tolerant system". To "fault tolerant solution" i.e. the solution should be desiged to support 99.99% availability.

The conditions mentioned in the RFP shall be applicable.

725. 701 Link Load Balancer, TR 7.826

Link load balancer shall be an appliance based solution with minimum 64 bit speed core architecture and purpose built hardware for overall high performance. It shall have a minimum of 64 GB RAM and at least 8x10G SFP+ ports. It shall have minimum of 120 Gbps throughput. Shall support security features like reverse-proxy firewall, sync-flood and denial of service attack protection from day one. It shall support multiple Internet links in active-active load balancing and active-standby failover mode.

Most of the Industry leading OEM's provide both Link Load Balancer and Server load Balancer solutions. Kindly allow the SLB and LLB from the same OEM, in order to have better management and single point of contact for Load Balancing solutions. SUGGESTED CLAUSE: Link load balancer shall be an appliance based solution with minimum 64 bit speed core architecture and purpose built hardware for overall high performance. Device Throughput: 100 Gbps with 50% scalability in case of future requirement. Traffic Ports: 4 x 40 GbE QSFP+ 20 x 10 GbE SFP+ It shall support multiple Internet links in active-active load balancing and active-standby failover mode.

The conditions mentioned in the RFP shall be applicable.

Page 165: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

165

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

LLB and SLB should be from same OEM

726. 701 ICOMC_MSI_RFP_BBSR,Technical Requirements

Link Load Balancer/ Server Load Balancer

It is recommended to put minimum bandwidth requirement and TPS detail for load balancer

The RFP is self-explanatory.

727. 701 RFP TR 7.809 The server shall have 16 GB of RAM and 5 TB of storage as a minimum. The memory shall be scalable to double the capacity configured.

Since most of the data will be stored in SAN hence 5 TB storage may be not required in each server,it is requested to change the server storage capacity to 2 * 600 GB which is 1200 Gb.

The conditions mentioned in the RFP shall be applicable.

728. 701 Link Load Balancer, TR 7.826

Link load balancer shall be an appliance based solution with minimum 64 bit speed core architecture and purpose built hardware for overall high performance. It shall have a minimum of 64 GB RAM and at least 8x10G SFP+ ports. It shall have minimum of 120 Gbps throughput. Shall support security features like reverse-proxy firewall, sync-flood and denial of service attack protection from day one. It shall support multiple Internet links in active-active load balancing and active-standby failover mode.

Most of the Industry leading OEM's provide both Link Load Balancer and Server load Balancer solutions. Kindly allow the SLB and LLB from the same OEM, in order to have better management and single point of contact for Load Balancing solutions. SUGGESTED CLAUSE: Link load balancer shall be an appliance based solution with minimum 64 bit speed core architecture and purpose built hardware for overall high performance. Device Throughput: 100 Gbps with 50% scalability in case of future requirement. Traffic Ports: 4 x 40 GbE QSFP+ 20 x 10 GbE SFP+

The conditions mentioned in the RFP shall be applicable.

Page 166: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

166

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

It shall support multiple Internet links in active-active load balancing and active-standby failover mode. LLB and SLB should be from same OEM

729. 701 5.7.4.3. A sufficient number of physical servers shall be provisioned such that their CPU, RAM, and other key server component performance do not individually exceed 50% utilization individually.

The utilization of the servers could be touching even 90%, how do we limit that

As per Bidder’s solution. The conditions mentioned in the RFP shall be applicable.

730. 701 Section 5 Technical Requirements-Link Load Balancer

Link load balancer shall be an appliance based solution with minimum 64 bit speed core architecture and purpose built hardware for overall high performance. It shall have a minimum of 64 GB RAM and at least 8x10G SFP+ ports. It shall have minimum of 120 Gbps throughput. Shall support security features like reverse-proxy firewall, sync-flood and denial of service attack protection from day one. It shall support multiple Internet links in active-active load balancing and active-standby failover mode

Since the link load balancer would be sitting after the edge routers and before the perimeter firewall and would be used to load balance both inbound and outbound traffic across mutiple ISP links it will be a primary attack target for attackers since bringing down the link load balancer would effectivitely mean stopping both inbound and outbound traffic across the DC and hence should have exhaustive L3-L4 /DNS anti DDOS features

The conditions mentioned in the RFP shall be applicable.

731. 702 Server Load Balancer, TR 7.827

Multi-tenant hardware with multicore CPU support. It shall support minimum four (4) virtual instances and shall be scalable to 16 instances on the same appliance. Shall have minimum

Multi-tenant hardware with multicore CPU support. It shall support minimum 10 virtual instances and shall be scalable to 100 instances on the same appliance.

The conditions mentioned in the RFP shall be applicable.

Page 167: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

167

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

of 10 Gbps of system throughput per virtual instance to support multiple load balancing and security functions. Shall have minimum of 8x10G SFP+ interfaces from day one. Shall have security features like reverse-proxy firewall, sync-flood and denial of service attack protection from day one.

Device Throughput: 100 Gbps with 50% scalability in case of future requirement. Traffic Ports: 4 x 40 GbE QSFP+ 20 x 10 GbE SFP+ SLB should support the Next Generation Features like 1) Virtualization (10vADC scalable upto 100) 2) Application Performance Monitoring 3) Web Performance Optimization 4) Security (ICSA Certified WAF, Defense Messaging/Integration with DDoS solution) 5) Automation SLB OEM should have TAC based in India and present in Gartner Leader's Quadrant (2016).

732. 702 FR 7.285 MSI will responsible to calculate the tentative equipment load. Based on the MSI design, a 3:3 phase UPS or a 3:1 phase UPS shall be proposed

Please clarify the Input/out phase of required UPS capacity, it is either 3:1 or 3:3

The conditions mentioned in the RFP shall be applicable.

733. 702 Section 5 Technical Requirements-Server Load Balancer

Multi-tenant hardware with multicore CPU support. It shall support minimum four (4) virtual instances and shall be scalable to 16 instances on the same appliance. Shall have minimum of 10 Gbps of system throughput

Layer 3 Virtualization with separate administrative partitions offer similar functionality as hypervisor based virtualization without the resource and the administrative overhead associated with hypervisor based virtualization and hence should be

The conditions mentioned in the RFP shall be applicable.

Page 168: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

168

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

per virtual instance to support multiple load balancing and security functions. Shall have minimum of 8x10G SFP+ interfaces from day one. Shall have security features like reverse-proxy firewall, sync-flood and denial of service attack protection from day one.

included as an option

734. 703 TR 7.840 UPS shall support: • Output Power Factor at Full Load:- Unity Power factor (KVA=KW) • Input Power Factor at Full Load:- > 0.99 (full load).

Please specify the exact KW or load To be established by bidder based on the RFP requirements.

735. 703 TR 7.844 to TR 7.849 LCD/ LED/ OLED is specific to the OEM's, we request you to kindly consider the same as "As per OEM standard"

Refer to Corrigendum.

736. 704 5.7.4,5 The UPS unit shall include Valve Regulated Sealed Maintenance Free Lead Acid Batteries shall be used with a 20 hours discharge rating with a typical lifetime of five (5) years and minimum reserve time of four (4) hours under full load conditions.

It is better to use the lithium-ion battery, it is very efficiency in both charging and discharging, less weight , and 5000 time better than the charging cycle and environment friendly compared to Lead acid battery. Hence request you to specific the battery as Lithium-Ion battery

The conditions mentioned in the RFP shall be applicable.

737. 704 TR 7.856 The UPS unit shall have a built-in input fuse and/or a circuit breaker for protection from over voltage and current variations.

The UPS should also have inbuilt manual bypass for easy repair without disurpting the functioning & output from the UPS.

The conditions mentioned in the RFP shall be applicable.

738. 704 TR 7.861 The UPS unit shall be compliant to IEC 62040-1 safety standards

Should be changed to: The UPS unit shall be compliant to IEC 62040-1, CE, IEC602040-2 safety standards

The conditions mentioned in the RFP shall be applicable.

Page 169: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

169

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

739. 704 Missing Effeciency parameter of the UPS AC-AC efficiency > 96% As per Bidder's Solution to meet the requirements of RFP.

740. 704 RFP TR 7.839 UPS shall be of N+1 redundant configuration to ensure 99.9% of uptime of the operations.

We can understand critical location like CCC must be in N+1 configuration however UPS may not be required at each remote location ? Please confirm

The RFP is self-explanatory.

741. 704 TR 7.852 "Remote monitoring software with ethernet connection"

Please confirm weath er the UPS montinoring specified is an integralpart of NMS (Net work management soft ware) or a standalone syst em. We suggest that this shall be a integral part of NMS for reliable, single window montitoring.

The RFP is self-explanatory.

742. 705 TR 7.863 Any field UPS system (as per MSI’s design) shall be supplied with an environmentally rated cabinet for installation of the UPS and batteries. The cabinet shall have a rating of IP 55. The cabinet shall be supplied with in-built fans and proper ventilation as needed to ensure that the temperature inside the cabinet does not exceed 40 degrees C at any given point in time

What is the purpose of IP 55 requirement

The RFP is self-explanatory.

743. 706 EPABX It shall be provided with Digital Operator Console.

Please confirm if the operator console should be hardware or software based

Hardware based.

744. 706 EPABX It shall support all the standard features like Call Transfer, Call Forward, Call pick‐up, Call hold, Call Barge‐in, Call Back, Do not disturb, Speed Dialling, Call Parking, Paging (both external

We request you to please replace digital by IP ,as an IP SIP based EPABX has been asked for

The conditions mentioned in the RFP shall be applicable.

Page 170: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

170

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

and internal), Class of Service, Calling Line Identification (CLI) on digital as well as analog extension and external lines etc.

745. 706 EPABX It shall be possible to park up to 10 calls in the system.

Please clarify the functional requirement expected out of this feature

The conditions mentioned in the RFP shall be applicable.

746. 706 EPABX It shall support analog, digital and IP/ Soft phone.

We request you to delete digital as the IP Based phones have been asked for with a SIP based PBX. An IP phone provides more and advanced functionality than a digital phone

The conditions mentioned in the RFP shall be applicable.

747. 706 EPABX It shall have maximum loop resistance of 2500 ohms including telephone for analog extensions.

This point is contradictory to TR 7.882, wherein 1200 ohms has been asked for . Hence, request you to modify this clause to 1200 ohms,

Refer to Corrigendum.

748. 706 EPABX It shall have Digital Extension telephone instrument with following features: Display-tilt able Graphical display; • Keys with LED; • Optical call alert RED status LED. • Menu/speaker with RED LEDS

We request you to kindly delete these points as they are more inclined towards digital phone. We request you to consider IP Phones as they have better fuctionality than digital phones

As per Bidder Solution. Overall requirements of the RFP shall be met.

749. 706 ICOMC_MSI_RFP_BBSR,EPABX System,Sec TR 7.866

It shall have provision for at least 100 IP phone extensions expandable to 150 Extensions.

Do we need to provide 100 IP phones from Day 1?

The RFP is self-explanatory.

750. 706 ICOMC_MSI_RFP_BBSR,Sec TR 7.877

It shall have maximum loop resistance of 2500 ohms including telephone for analog

Request to delete as this is irrelevant since the ask is for IP Phones and not analog phones.

Refer to Corrigendum.

Page 171: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

171

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

extensions.

751. 706 ICOMC_MSI_RFP_BBSR,Sec TR 7.882

It shall have maximum loop resistance of 1200 ohms at –48 Volts DC for analog trunk lines.

Request to delete as this is irrelevant since the ask is for PRI digital lines and not analog trunk lines.

The conditions mentioned in the RFP shall be applicable.

752. 706 ICOMC_MSI_RFP_BBSR,Sec TR 7.884

It shall have Digital Extension telephone instrument with following features: • 4 Programmable keys with dual function; • 10 fixed function keys. • 5 way navigator • Interface - 3.5 mm jack for connecting handset

It shall have Digital Extension telephone instrument with following features: • Min 3 Programmable keys with dual function; • Min 8 fixed function keys. • Min 4 way navigator • Interface - 3.5 mm/RJ9/RJ11 jack for connecting handset Since different OEMs have different phone configurations, request the change to make it generic.

The conditions mentioned in the RFP shall be applicable.

753. 706 ICOMC_MSI_RFP_BBSR, Sec TR 7.886

It shall support SIP based communications.

It shall support SIP/H.323 based communications. Since different OEMs have different phone configurations, request the change to make it generic.

Refer to Corrigendum.

754. 706 TR 7.868 EPABX

It shall be provided with Digital Operator Console.

Please confirm if the operator console should be hardware or software based

The RFP is self-explanatory.

755. 706 EPABX It shall support all the standard features like Call Transfer, Call Forward, Call pick‐up, Call hold, Call Barge‐in, Call Back, Do not disturb, Speed Dialling, Call Parking, Paging (both external and internal), Class of Service, Calling Line Identification (CLI) on digital as well as analog extension and external lines etc.

We request you to please replace digital by IP ,as an IP SIP based EPABX has been asked for

The conditions mentioned in the RFP shall be applicable.

Page 172: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

172

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

756. 706 TR 7.870 EPABX

It shall be possible to park up to 10 calls in the system.

Please clarify the functional requirement expected out of this feature

The RFP is self-explanatory.

757. 706 TR 7.876 EPABX

It shall support analog, digital and IP/ Soft phone.

We request you to delete digital as the IP Based phones have been asked for with a SIP based PBX. An IP phone provides more and advanced functionality than a digital phone

The conditions mentioned in the RFP shall be applicable.

758. 706 TR 7.877 EPABX

It shall have maximum loop resistance of 2500 ohms including telephone for analog extensions.

This point is contradictory to TR 7.882, wherein 1200 ohms has been asked for . Hence, request you to modify this clause to 1200 ohms,

Refer to Corrigendum.

759. 706 TR 7.884 EPABX

It shall have Digital Extension telephone instrument with following features: Display-tilt able Graphical display; • Keys with LED; • Optical call alert RED status LED. • Menu/speaker with RED LEDS

We request you to kindly delete these points as they are more inclined towards digital phone. We request you to consider IP Phones as they have better fuctionality than digital phones

The conditions mentioned in the RFP shall be applicable.

760. 707 5.7.4.6 EPABX System Please confirm if the operational call charged would be paid on actual?

Please refer to Section 6.2 on Page 718 on Client responsibility. Anything that is not mentioned in this section is the responsibility (including cost) of the Bidder. Also refer addendum.

761. 707 5.7.4.7 Data Security The smart city network architecture shall adopt an end-to-end security model that protects data and infrastructure from malicious attacks, thefts,

Request you to please define End to end security with all desired components for cost effective bid

The RFP is self-explanatory. The end to end security also means that all the layers of application, hardware, network components and database have adequte protection from external threats. Also see Addendum.

Page 173: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

173

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

natural disasters, etc. The architecture shall be implemented in such a way that the system is protected from hackers and other threats. The data security system shall address security policies, hardware and software, along with the connectivity between the field device and the respective application.

762. 708 5.7.4.7. Data Security - The smart city network architecture shall adopt an end-to-end security model that protects data and infrastructure from malicious attacks, thefts, natural disasters, etc. The architecture shall be implemented in such a way that the system is protected from hackers and other threats. The data security system shall address security policies, hardware and software, along with the connectivity between the field device and the respective application.

Did you have security policy defined or policy definition would be the responsibility of the Bidder.

Shall comply with standards mentioned in RFP.

763. 708 5.7.4.7. Note that the client at its discretion may have the authority to carry a security audit of the entire system during the course of the Project or post implementation at regular intervals.

We understand that The security Audit would be performed either by client or its appointed third party. Bidder has to ensure the compliance. Please correct our understanding.

The RFP is self-explanatory. Bidder to ensure compliance.

764. 708 FR7.290 Overall, the IT architecture shall refer to the architecture suggested by National Institute

This should be Explicitly given as requirement in RFP else no MSP will quote multiple solutions in order

The RFP is self-explanatory.

Page 174: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

174

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

of Standards and Technology (NIST) and CSA’s (Cloud Security Alliance) Cyber Security Guidelines for Smart City Technology Adoption.

to meet this requirement.

765. 708 FR7.292 Security services used to protect the overall solution shall include: identification, authentication, access control, administration and audit, as per industry standards and protocols.

This implies to have AAA Solution however this has not been asked anywhere in the RFP explicitly.

The RFP is self-explanatory.

766. 708 FR7.293 System shall support advanced user authentication mechanisms including digital/e-certificates, biometric authentication, e-signatures, etc. and shall have compliance with all state level and national level initiatives.

This implies to have AAA Solution which can generate certificate with in and authenticate users

The RFP is self-explanatory.

767. 708 FR7.296 The system shall include industry standards based firewall and antivirus, and shall provide content filtering, tracking, lockdown, and malware detection and prevention capabilities

Only NGFW cant protect you from all these attacks instead that will become single point of failure, hence layered security approach is recommended

The RFP is self-explanatory. All conditions mentioned in the RFP shall be met.

768. 709 ICOMC_MSI_RFP_BBSR, Section 5-5.7.4.7 Technical Requirements -Data security

All information that flows on the network should be encrypted to ensure safety and privacy of confidential data. The devices at each endpoint of the network should be authenticated (using mechanisms based on attributes like passwords).The authentication system used on these endpoint devices shall ensure that only authorized

How end point devices is being personalized and provisioned?How are they identified or authenticated? We recommend to use PKI for Device authentication such that Device is being provisioned with Keys and whenever they communicate with the master system they are authenticated using those keys/certs.

As per Bidder Solution.

Page 175: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

175

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

users are sending data over the network and there is no rogue data that is sent to the control systems to generate false alarms or sabotage the systems.

769. 709 FR7.306 The POP facilities shall have the following – firewall, intrusion detection and intrusion prevention systems, web application firewalls, behavioral analysis systems for anomaly detection, correlation engine, denial of service prevention device, advanced persistent threat notification mechanism, etc.

Only Firewall/UTM is mentioned in the requirement. Rest all components are missing in RFP. These should be explicitly mentioned in the RFP.

Rest components can be proposed as per Bidder's solution.

770. 709 FR7.308 All information that flows on the network should be encrypted to ensure safety and privacy of confidential data. The devices at each endpoint of the network should be authenticated (using mechanisms based on attributes like passwords).The authentication system used on these endpoint devices shall ensure that only authorized users are sending data over the network and there is no rogue data that is sent to the control systems to generate false alarms or sabotage the systems.

This implies to have end point APT solution in place so that at later stage logs and file trajectory could be traced. Also for greater visibility within Network and to protect interiors of the network Network behavioral analysis tool would be required and is advisable.

As per Bidder Solution.

771. 709 Section 5/Technical Requirements

All information that flows on the network should be encrypted to ensure safety and privacy of confidential data. The devices at each endpoint of the network

How end point devices is being personalized and provisioned?How are they identified or authenticated? We recommend to use PKI for Device authentication such that

As per Bidder Solution.

Page 176: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

176

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

should be authenticated (using mechanisms based on attributes like passwords).The authentication system used on these endpoint devices shall ensure that only authorized users are sending data over the network and there is no rogue data that is sent to the control systems to generate false alarms or sabotage the systems.

Device is being provisioned with Keys and whenever they communicate with the master system they are authenticated using those keys/certs.

772. 709 Section 5 Technical Requirements-Data Security Functional Requirement

The system shall be capable of detecting denial of service (DDoS) and remediation.

DDoS solution should be dedicated to cater large intensity L3-L7 DDoS/DDoS specific attacks and the suggested minimum sizing parameters.

The RFP is self-explanatory.

773. 709 Section 5 Technical Requirements-Data Security Functional Requirement

The POP facilities shall have the following – firewall, intrusion detection and intrusion prevention systems, web application firewalls, behavioural analysis systems for anomaly detection, correlation engine, denial of service prevention device, advanced persistent threat notification mechanism, etc.

The minimum sizing parameters for web application Firewall solution is not mentioned in RFP, So request you to add suggested parameters for right sizing of Web Application Firewall

As per Bidder Solution.

774. 710 5.7.4.7. FR 7.306 - The POP facilities shall have the following – firewall, intrusion detection and intrusion prevention systems, web application firewalls, behavioural analysis systems for anomaly detection, correlation engine, denial of service prevention device, advanced

It indicates that solution has to be built with Security Incident and Event Management, DDOS detection and prevention along with other standard network security at data center. Please confirm if ICMOS will also have Secuirty Operations System (SOC)

The RFP is self-explanatory.

Page 177: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

177

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

persistent threat notification mechanism, etc.

775. 710 ICOMC_MSI_Service , FR 7.309, 5.7.4.7. Data Security

Care shall be taken while transmitting confidential information over public networks to other government agencies with a prior permission from the concerned authority.

Sensor platform should support security features using HTTPS, TLS for all its public facing API implementations. For deployment where Sensor platform API(s) exposed to application eco system, API Management, API security features and API Key management functions require. These security features should be integrated with proposed data center security hardware/software.

As per Bidder Solution.

776. 711 Section 5 Technical Requirements firewall TR 7.892

Firewall shall have a unified access control with functionalities such as: • TCP reassembly for fragmented packet protection • Brute force attack mitigation • SyN cookie protection • Zone based IP spoofing • Malformed packet protection

All these points are related to DDoS Protection and we request to remove these and ask for separate DDOS applaince. For these kind of DDoS functionalities separate DDoS applaince is advisable.

The RFP is self-explanatory. All these points can also be achieved with firewall.

777. 712 5.7.4.8. Databases

Any commercially available database like Oracle/Informix/MS SQL /DB2 shall be provided along with license and support and upgrade costs.

In Commercially available it should include SAP Adaptive Server Platform and SAP HANA(In Memory Database)

Refer to Corrigendum.

778. 712 FR 7.323 Database shall be able to provide database level storage management mechanism, which should enable the availability by means of creating redundancy, automatically balance the data files across the available disks,

Should be deleted no dependency should be created on storage

The conditions mentioned in the RFP shall be applicable.

Page 178: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

178

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

i/o balancing across the available disks for the database for performance, availability and management.

779. 712 FR 7.327 Database shall have built-in DR solution to replicate the changes happening in the database across DR site with an option to run real-time reports from the DR site without stopping the recovery mechanism.

For reporting OLAP Database should be used. Vendor should provide OLAP DB

As per Bidder Solution.

780. 712 Volume 1 Section- 5.7.4.8. Databases FR 7.319

Database License should be un-restricted and perpetual, to prevent any non compliance in an event of customization & integration.

Is it possible to provide subscription-based database licensing that will cover customization and integration.

The conditions mentioned in the RFP shall be applicable.

781. 712 TR 7.894 Firewall shall have a file-based antivirus with following feature:

Since you are asking for separate Anti Virus solution in the RFP, hence our request is to remove this functionality from Firewall applaince. AV engine and scanning is resource centric technology and utilizes lot of CPU usage. This burdens basic firewalling features. Hence our request is to remove these features from Firewall.

Refer to Corrigendum.

782. 712 TR 7.896 Encrypted throughput: minimum 800 Mbps

Please clarify weather this is VPN throughput. Firewall throughput needs to be clearly defined under production performance etc. This is highly misleading term when use in Firewall parlence

The RFP is self-explanatory.

Page 179: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

179

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

783. 713 5.7.4.8. Databases

Any commercially available database like Oracle/Informix/MS SQL /DB2 shall be provided along with license and support and upgrade costs.

The DB list mentioned here seems to be restrcitive and hecn request you to include all the other leading Databases like Sybase ASE, HANA.

Refer to Corrigendum.

784. 713 FR 7.319 Database License should be un-restricted and perpetual, to prevent any non-compliance in an event of customization & integration.

It is recommended to use the Run time licenses of Database for the E-Governance and ERP applications, rather than going in for Un-restrcited database license, which will reduce the overall cost.

The conditions mentioned in the RFP shall be applicable.

785. 713 ICOMC_MSI_RFP_BBSR, Section 5.7.4.8, Databases

Any commercially available database like Oracle/Informix/MS SQL/DB2 shall be provided along with license and support and upgrade costs.

As per guidelines of DeitY, platform and technology stack for the application should be built on open technologies like Java for Server side programming language, JBOSS as Application Server, PostgreSQL as Database, etc. Therefore, the platform and programming language for required Document Management system should be made open for all open technologies listed by DietY. So we request you to consider supported version of PostgreSQL database as well. Pl confirm.

Refer to Corrigendum.

786. 713 5.7.4.8 Any commercially available database like Oracle/Informix/MS SQL /DB2 shall be provided along with license and support and upgrade costs.

Please clarify is open source database like MySQL and MangoDB can be considered. It will save lot of license cost

The conditions mentioned in the RFP shall be applicable.

787. 713 Volume 1 Section- 5.7.4.8.

Database shall have Active-Passive failover clustering with objectives of scalability and high

Kindly change this clause to: Database shall provide Active-Active clustering with objectives of

The conditions mentioned in the RFP shall be applicable.

Page 180: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

180

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Databases FR 7.328

availability. High Availability, Scalability and workload management

788. 713 5.7.4.8 / Databases

Any commercially available database like Oracle/Informix/MS SQL /DB2 shall be provided along with license and support and upgrade costs

As per the DeiTy guidelines, it has been advised to use open source technologies in the e-Governance domain. Please clarify that the open source front end technologies and database are allowed.

Refer to Corrigendum.

789. 685 & 262

RFP Volume 1 - 5.7.3. Data Hosting & 4.12.7.2. ICOMC: Data Hosting

5.7.3. Data Hosting & There should be adequate backup mechanism (Power, Bandwidth, Application, and Data) in Dc & DRC. 4.12.7.2. ICOMC: Data Hosting - BSCL through STPI shall provide the hosting space only. All the servers, storage and other IT infrastructure at the STPI data centre have to be provided by the Bidder.

Kindly confirm STPI would provide rack space , power and bandwidth

Refer to Corrigendum.

790. 685 & 262

RFP Volume 1 - 5.7.3. Data Hosting & 4.12.7.2. ICOMC: Data Hosting

4.12.7.2. ICOMC: Data Hosting - The Disaster Recovery (DR) Site shall be provided through STPI. The required servers at the DR site shall be provided by BSCL through the managed services contract. 5.7.3. Data Hosting & There should be adequate backup mechanism (Power, Bandwidth, Application, and Data) in Dc & DRC.

As per RFP the complete components of disaster recovery site would be provided by BSCL. How can SI ensure adequate backup mechanism (power , Bandwidth ,Application and Data)

Refer to Corrigendum.

791. 614 to 629 and

RFP - Section 5, Technical Requirement

Intelligent City Operations and Management Centre (ICOMC) - Functional Requirements (FR

Functional Requirements have been given for ICOMC Platform whereas Technical Requirements

The RFP is self-explanatory.

Page 181: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

181

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

654 to 658

7.1 to FR 7.185) and Smart City Platform (TR 7.445 to TR 7.471)

have given for Smart City Platform. Please clarify the same.

792. 699 TR - 6 Technical Requirements 5.7.4.3. Servers

The server shall have 2x Dual Core Intel Xeon E7-8893 v4, 2.66 GHz, 15 MB Cache, 1333 MHz FSB or better.

Amendnment Request: The server shall have minimum 2x Intel Xeon E7-8800 v4, 15 MB Cache, 1333 MHz FSB or better. E7- 8893 is a 4 core processor . Bidder should be allowed to quote the processor as pee sizing .

The conditions mentioned in the RFP shall be applicable.

793. 699 5.7.4.3. Servers

The Server shall include (6) PCI-Express x4 or (2) PCI-X 64-Bit/133MHz.

The Server shall include (6) PCI-Express x4 or (2) PCIe interfaces 64-Bit/133 MHz, since different server vendors have different architecture.

(6) PCI-Express x4 will be preferred.

794. 688 TR TR 7.651 Internal Storage: • 2 x 300 GB SAS (10k rpm) hot swap disk with extensible bays

Internal Storage: • 2 x 300 GB SAS (10k rpm) hot swap disk .Extensible-Understanding is 2 drive bays which is getting utilized by HD provisioned.

The conditions mentioned in the RFP shall be applicable.

795. 689 TR 7.652 Network interface 2 X 20GbE LAN ports for providing Ethernet connectivity 1 X Dual-port 16Gbps FC HBA for providing FC connectivity

Network interface 2 X 20GbE LAN /ports for providing Ethernet connectivity 1 X Dual-port 16Gbps FC HBA for providing FC connectivity. Or Alternatively bidders can provide 4*10 GbE for converged connectivity of FOE traffic. Since the storage architecture has moved on from the legacy Fiber channel based low-speed transmission to the next-gen Fiber-channel protocol stack which is capable of transmitting at higher-speed on

Query Addressed Before.

Page 182: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

182

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

ethernet medium

796. 689 TR 7.665 Two hot-plugs/hot-swap redundant 16 Gbps Fiber Channel module for connectivity to the external Fiber channel Switch and ultimately to the storage device

FCOE is already allowed in the above clause 7.664 of the RFP, hence, this is repetitive. Request you to please remove the clause.

Query Addressed Before.

797. 689 TR 7.663 Minimum 1 USB port Minimum 1 USB at blade chassis/Blade server level

Query Addressed Before.

798. 689 TR 7.667 Power supplies shall have N+N. All power supplies modules shall be populated in the chassis.

The power subsystem should be support N + N power redundancy for a fully populated chassis with the 2 socket (CPU) servers configured with the highest available processors and memory in the processor series being offered the bidder. This will allow to have the latest and best high performance CPU and still have the highest level of redundancy and density . This is required for complete investment protection for any future scalability and expansion

Query Addressed Before.

799. 691 TR 7.683 Secondary Storage (Archival/Backup) can be on any media such as Tapes, Disks, Disk systems, etc. or its combination. (so as to arrive at lower cost per TB)

Amendment Request: Secondary Storage (Archival/Backup) should be on Disk systems. As the Retrieval time asked on secondary storage is max. 4 hr ,it would not be possible to retrieve data from tapes .

The conditions mentioned in the RFP shall be applicable.

800. 690 TR 7.679 Minimum 128 GB of useable cache across all controllers. If cache is provided in additional hardware for unified storage solution, then cache must be

Amendment Request: Minimum 256 GB of useable cache across all controllers. If cache is provided in additional hardware for unified storage solution, then cache must

Minimum 128 GB is asked. However, Bidder can provide 256GB for its solution.

Page 183: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

183

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

over and above 128 GB be over and above 256 GB. The storage capacity will be significant high . Higher cache will reduce the latency resulting in higher perfomance .

801. 710 ICOMC_MSI_Service , FR 7.309, 5.7.4.7. Data Security

Care shall be taken while transmitting confidential information over public networks to other government agencies with a prior permission from the concerned authority.

Sensor platform should support security features using HTTPS, TLS for all its public facing API implementations. For deployment where Sensor platform API(s) exposed to application eco system, API Management, API security features and API Key management functions require. These security features should be integrated with proposed data center security hardware/software.

As per Bidder Solution.

802. 212 ICOMC_MSI_Service , 3.8.2. City Wide Wi-Fi

City Wide Wi-Fi has the following business requirements:

We are assuming City Wide Wi-Fi integration ( for example crowd information) with City Digital Platform is required , Kindly confirm.

Agreed. Refer to Corrigendum.

803. 16 Section-1 Clause-5.2.7

All partners of the Joint Venture/Consortium shall be liable jointly and severally for the execution of the Contract in accordance with the Contract terms, and a statement to this effect shall be included in the authorization mentioned under ITB Clause 5.2.2 above, in the bid as well as in the Contract (in case of a successful bid).

Consortium leader/lead bidder being the responsible for major works and qualification criteria, and other partners will join the consortium to extend help to lead partner, we request you to delete the clause Joinly and severally responsibility on the partners.

Refer to Corrigendum.

804. 24 Section-3, D Smart Poles: Any other Hardware or Software required

1. Please clarify whether following equipment form part of Smart Pole

1. The RFP conditions are self-explanatory.

Page 184: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

184

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

to meet the RFP requirements of Smart Poles (Bidder to list individual items and provide costing).

for pricing purpose : Wi-Fi Access Point CCTV cameras 2. If yes are the equipments are in addition to what is asked in WiFI AP ( Section-3 B- 23) and CCTV Cameras (Section 3 A.1 16) asked in other sections ?

2. Yes.

805. 45 ICOMC_MSI_RFP_BBSR/Type I- Backbone Ethernet Switch Router (TR 6.216)

The Layer 3 based backbone Ethernet switch/router shall have minimum 8 SFP+ ports that are a minimum SFP+ links with 40 Gb/s connectivity including Copper and Fibre ports as per the design requirements. These ports shall support hot swap modules to support upgrade of ports in the future.

40 Gb/s copper port is not very common and most of the telecom OEMs use 40Gbps fiber ports.We there request you to please allow 40Gbps coper as well as 40Gbps fiber (short distance) port for larger participation . All most every network and comupte device comes with fiber 40G ports which is more reliable .

Refer to Corrigendum.

806. 45 ICOMC_MSI_RFP_BBSR/Type III- Server/Workstation Connectivity Ethernet Switch (TR 1.234)

The Layer 3 based Ethernet switch shall have combination of 1000BaseTX and 10Gbps Copper ports

10 Gb/s copper port is not very common and most of the telecom OEMs use 10Gbps fiber ports.We there request you to please allow 10Gbps fiber (short distance) port for larger participation . All most every network and comupte device comes with fiber 10G ports which is more reliable .

Refer to Corrigendum.

807. 45 ICOMC_MSI_RFP_BBSR/Type I- Backbone Ethernet Switch Router

Our recommendation As this is Backbone Routers , we recommend to have dual power atleast

RFP Conditions Prevail.

808. 45 ICOMC_MSI_RFP_BBSR/Type I-

Our recommendation As this is Backbone Routers , we recommend to have dual Control card

RFP Conditions Prevail.

Page 185: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

185

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Backbone Ethernet Switch Router

809. 46 ICOMC_MSI_RFP_BBSR/Common Requirements – Switch/Router (TR 6.224)

OPFv3 Please confirum if this is typo of OSPFv3

Refer to Corrigendum.

810. 46 ICOMC_MSI_RFP_BBSR/Common Requirements – Switch/Router (TR 6.224)

EIGRP As EIGRP is proprietary protocal, where as the RFQ Cum RFP Volume give weight to open standard please allows to use open standard inplace ofproprietary protocal

Refer to Corrigendum.

811. 46 ICOMC_MSI_RFP_BBSR/Common Requirements – Switch/Router (TR 6.224)

EIGRPv6 As EIGRPv6 is proprietary protocal, where as the RFQ Cum RFP Volume give weight to open standard please allows to use open standard inplace of proprietary protocal

Refer to Corrigendum.

812. 46 ICOMC_MSI_RFP_BBSR/Common Requirements – Switch/Router (TR 6.227)

All interfaces shall be modular We recommend bidder should provisiona all type of intefaces in minimum two cards in Type I(Backbone Ethernet Switch Router) and core router.Type III(Server/Workstation Connectivity Ethernet Switch ) to have Fix configuration device

The conditions mentioned in the RFP shall be applicable.

813. 46 ICOMC_MSI_RFP_BBSR/Common Requirements

backbone switches/routers shall be powered by 220-240VAC, 50Hz input

Generally backbone/core/Server Routers/Switch are power by DC power for more reliability, please allow DC feeds or external AC

The conditions mentioned in the RFP shall be applicable.

Page 186: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

186

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

– Switch/Router (TR 6.231)

module based on best practices

814. 47 ICOMC_MSI_RFP_BBSR/General Requirements – Core Router(TR 6.243)

core router shall be powered by 220-240VAC/50Hz input

Generally backbone/core/Server Routers/Switch are power by DC power for more reliability, please allow DC feeds or external AC module on best practices

The conditions mentioned in the RFP shall be applicable.

815. 42

5.1 (a) The Bidder- qualification criteria

Query not clear.

816. RFP Volume 1 FMS Please elaborate scope of work for FMS

The RFP conditions are self-explanatory.

817. RFP Volume 1 FMS Request to elaborate the working window for FMS team

The RFP conditions are self-explanatory.

818. RFP Volume 1 Helpdesk Request to clarify what is the working window for helpdesk team

The RFP conditions are self-explanatory.

819. The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation/integration and support of citizen centric e-Governance applications integrating at least four (4) different municipal services (excluding CCTV system) having a minimum value of INR 5 crores per project during last seven (7) years.

Sir, We kindly request you to remove the valuation of the project completely as being done in pt 9 45 Section 5.1(a) of this RFP. Also sir, we request you to also kindly remove the clause for 4 different municipal services. Sir, as there are citizen centric e-governance solution but may not be in municipal services. Hence this becomes a barrier for organization having the experience but still unable to participate.

Refer to Corrigendum.

820. 13 4.2 None of the member of a given JV/Consortium can be a member

Request to kindly limit the number of JV/SIs/Consortium Sub-

RFP Conditions prevail.

Page 187: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

187

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

of another JV/Consortium for submitting this same bid otherwise all the bids comprising the same member shall stand disqualified. However, a sub-contractor can be a member of more than one JV/ Consortium.

contractor can go with for this opportunity to TWO at the maximum.

821. 224 4. MSI Scope of Services - Overview

• Operations and maintenance Please clarify, what is is meant by comprehensive O&M. Is it 6 year warranty of the offered solutions or does it Warranty plus Managed services

The RFP is self-explanatory.

822. 224 4. MSI Scope of Services - Overview

The bidder shall ensure that the LAN / WAN, servers and storage are sized adequately with built in redundancy into the architecture to meet a 10 second response time in terms of performance. The MSI has to size and propose and procure hardware requirements for the DR site

The LAN/WAN, servers and storage are required with redundancy at Data center, same components with full redudancy to be proposed for DR Site as well, please clarify?

The RFP is self-explanatory.

823. 225 4. MSI Scope of Services - Overview

The bidder shall ensure that the LAN / WAN, servers and storage are sized adequately with built in redundancy into the architecture to meet a 10 second response time in terms of performance.

Please clarify the expected response time in seconds as it is different than what is specified under section 4.12.7.2. ICOMC: Data Hosting ( 262).

Refer to Corrigendum.

824. 225 4. MSI Scope of Services - Overview

The MSI shall note that the activities defined within scope of work mentioned are indicative and may not be exhaustive.

Please clarify which activities are indicative.

The RFP is self-explanatory.

825. 225 ICOMC_MSI_RFP_BBSR,4. MSI Scope of Services - Overview

The bidder shall ensure that the LAN / WAN, servers and storage are sized adequately with built in redundancy into the architecture to meet a 10 second response

Pl eloborate the 10 Second Response.

Refer to Corrigendum.

Page 188: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

188

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

time in terms of performance.

826. 225 4 The bidder shall ensure that the LAN / WAN, servers and storage are sized adequately with built in redundancy into the architecture to meet a 10 second response time in terms of performance.

Is any particular response time being looked at from EMS

As per Bidder Solution. Bidder to meet the overall RFP requirement.

827. 228 4.2. Survey and Detailed Design of all smart solutions component

Design submissions shall be based on project requirements and shall include as applicable, but not limited to, the following: • Complete listing of specifications to be used along with detailed technical data sheet; • Detailed engineering drawings; • Shop drawings including product data sheets; • Revisions to original design submissions.

Please provide clarity and the list of items which require design submissions

The RFP is self-explanatory.

828. 228 4.3. Prototype Acceptance and Factory Acceptance Testing

Note that it shall be MSI’s responsibility to get the prototypes approved in due course of time without affecting the overall schedule of completion of works.

Please establish a timeline for approving prototype design. Request to put in a deemed acceptance clause in accordance to approvals.

The conditions mentioned in the RFP shall be applicable.

829. 228 4.4. Hardware Supply and Installation Stage

MSI shall be responsible for all implementation works on the project including any civil, structural, electrical, etc. works required to meet the requirements of the project. All power conversions necessary to operate the equipment shall be under the scope of MSI. The Client shall only provide raw

Kindly clarify who shall bear the recurring electricity expenses for field equipments such as CCTV cameras, kiosks, field switches, etc.?

Recurring electricity expense in Client Scope. Although all one-time expense such as connection cost, installation cost, cabling, coordination for getting connection etc. to be under MSI scope. Also refer to addendum.

Page 189: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

189

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

power for all the equipment.

830. 228 4.6 System Integration MSI shall be responsible for the integration of all hardware and software supplied as part of this Project as per the technical and performance requirements of this bid document. The system integration scope also includes integration of the Project components with the components provided by Others as per the details of the RFP. In case the integration of any of the systems is not as per the requirements specified in the bid document, MSI shall be responsible to provide any upgrades required to meet the integration requirements at no additional cost to the Client unless otherwise agreed by the Client.

To avoid descripancy, Request you to please mention in RFP that all 3rd party system will provided data over REST API for integration and will be there responsibility to ensure same with cost if any. It will ensure timely completion of job without discrepancies at later stage

The conditions mentioned in the RFP shall be applicable.

831. 229 4.4. Hardware Supply and Installation Stage

Since this is a turnkey contract, MSI shall be responsible for all implementation works on the project including any civil, structural, electrical, etc. works required to meet the requirements of the project.

Please provide clarity on the activities to be undertaken by MSI under civil, structural and electrical category. Is there any cap to it ?

The RFP is self-explanatory.

832. 230 4.7. Testing Approvals or passing of any inspection by the Client shall not, however, prejudice the right of the Client or its representative to reject the material if it does not

Request to have a deemed acceptance clause in accordance to approval, testing and compliance. RFP has provisions for Burn-in-Tests for approved system to fully

The conditions mentioned in the RFP shall be applicable.

Page 190: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

190

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

comply with the specification or requirements of the RFP when erected or give complete satisfaction in service.

evaluate the performance.

833. 230 Section 4.7 Testing Pl clarify: 1. Whether any third party testing would be involved in the acceptance process.

The conditions mentioned in the RFP shall be applicable.

834. 230 5 4.7. Testing We recommend all the tests for acceptance of elements shall be carried out from ICOMC/CCC

The conditions mentioned in the RFP shall be applicable.

835. 231 Section 5, Technical Requirements

Stress and Load Testing: Comprehensive stress and load testing of Smart Governance and Smart Connect modules shall be conducted to demonstrate robustness and reliability of the system.

We understand that department forsee a requirement of Performance Testing, Load Testing & Stress Testing for various modules to be developed under the project. We request department to consider only industry standard tool or tool available in Gartner leader’s quadrant to test application quality and performance. We feel that using an automated software testing can increase the depth and scope of tests to help improve software quality which will give a better user experience.

The conditions mentioned in the RFP shall be applicable.

836. 231 5 • Prototype Acceptance Tests (PAT): Prototype Approval Test shall be conducted only on the customized equipment for their design and compliance to functional specifications. PAT shall be completed before

Please remove this clause The conditions mentioned in the RFP shall be applicable.

Page 191: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

191

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

conducting FAT and only after approval of PAT by Client’s representative, the equipment shall go in production. PAT shall be witnessed by Client’s representatives;

837. 231 5 Factory Acceptance Tests (FAT): FAT shall be conducted before the equipment and software is shipped to Client for installation, and deficiencies shall be rectified before shipping to Client for installation. All devices furnished by the MSI shall be tested and subjected to a nominal 72-hours burin-in period at the factory. FAT shall be witnessed by Client’s representatives at their discretion. Factory acceptance tests shall be conducted on randomly selected final assemblies of all equipment to be supplied. In case any of the selected samples fail, the failed sampled is rejected and additional 20% samples shall be selected randomly and tested. In case any sample from the additional 20% also fails the entire batch may be rejected;

Standard Factory acceptance test document as per OEM process shall be submitted

The conditions mentioned in the RFP shall be applicable.

838. 231 5 Pre-Installation Testing (PIT): All equipment supplied under this Contract shall undergo pre-installation testing in accordance with the ATP. This shall include existing equipment, any spare parts, any new equipment

Please remove this clause. Suggest network acceptance testing post installation for acceptance.

The conditions mentioned in the RFP shall be applicable.

Page 192: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

192

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

provided by Client or their designate and new equipment provided by the MSI.

839. 232 5 Installation Acceptance Tests (IAT): IAT shall be conducted after each installation of each equipment type, and deficiencies shall be rectified before the initiation of SAT. IAT may be witnessed by Client’s representatives;

Please remove the clause and reword as MSI will conduct the test and submit the test report to the client

The conditions mentioned in the RFP shall be applicable.

840. 232 5 Proof of Performance Testing (POP): The MSI shall implement a structured proof of performance testing, which will progressively place all components in service. Site tests shall be performed on individual components, subsystem sites, and the complete subsystems, as necessary to confirm that each element of the system functions satisfactorily and fulfils the requirements of this specification.

Please remove the clause and reword as MSI will conduct the test and submit the test report to the client

The conditions mentioned in the RFP shall be applicable.

841. 232 5 Stress and Load Testing: Comprehensive stress and load testing of Smart Governance and Smart Connect modules shall be conducted to demonstrate robustness and reliability of the system.

Please remove The conditions mentioned in the RFP shall be applicable.

842. 233 Section 5, Technical Requirements

System Acceptance Tests (SAT): SAT shall be conducted after the entire system has been installed, integrated and

We understand that department forsee a requirement of Performance Testing, Load Testing & Stress Testing for various

The conditions mentioned in the RFP shall be applicable.

Page 193: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

193

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

commissioned. Deficiencies, if any shall be rectified before the initiation of Burn-in Test. SAT shall be conducted on full system completion only to determine if the system functional and technical requirements as specified in the bidding documents are meet. SAT shall be witnessed by Client’s representatives. Data migration, if any will be carried out by MST prior to commencement of this stage. SAT shall also include any performance and load testing for the software applications.

modules to be developed under the project. We request department to consider only industry standard tool or tool available in Gartner leader’s quadrant to test application quality and performance. We feel that using an automated software testing can increase the depth and scope of tests to help improve software quality which will give a better user experience.

843. 233 5 4.7.1. Pilot Deployment The pilot will be run for four weeks to study any issues arising out of the implementation.

Please quantify the pilot deployment. Please change this clause of pilot running for four weeks. Pilot scope and time should be mutually agreed at time of contract

The RFP is self-explanatory.

844. 233 5 System Acceptance Tests (SAT): SAT shall be conducted after the entire system has been installed, integrated and commissioned. Deficiencies, if any shall be rectified before the initiation of Burn-in Test. SAT shall be conducted on full system completion only to determine if the system functional and technical requirements as specified in the bidding documents are meet. SAT shall be witnessed by

Please remove the clause and reword as MSI will conduct the test and submit the test report to the client from ICOMC/CCC

The conditions mentioned in the RFP shall be applicable.

Page 194: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

194

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Client’s representatives. Data migration, if any will be carried out by MST prior to commencement of this stage. SAT shall also include any performance and load testing for the software applications.

845. 233 5 Burn-in Tests (BT) Please remove The conditions mentioned in the RFP shall be applicable.

846. 235 Sec 5 / clause 4.7.1

The pilot will be run for four weeks to study any issues arising out of the implementation

Please confirm the Scope of this Pilot ; Also, please confirm that this Pilot will be conducted only after signoff is received on the respective SRS

The conditions mentioned in the RFP shall be applicable.

847. 235 RFP Volume 1 -Section 4.8. Training & Change Management

Training Where will the training be conducted? We assume the department will provide all the required logistics for training.

Bhubaneswar. Client to provide logistics as per RFP. Any travel and accommodation including logistics outside Bhubaneswar for training purposes shall be borne by MSI.

848. 238 Section 4.8.1 Type of Training Table Along with the type of training and the duration. Pl provide : 1. Approximate no. of trainees. 2. Batch size for each type of training 3. Whether all the infrastructure required for training will be provided 4. Whether the training is to be conducted at a single location

1. Approximate number of trainees and batch size for each type of training shall be mutually decided in consultation with the successful Bidder. 2. Training to be provided in Bhubaneswar. 3. Rest as per RFP.

849. 242 4.11. Comprehensive Maintenance for System and Services

Comprehensive Maintenance for System and Services

Please clarify if the scope of warranty and O&M is the same ?

The RFP is self-explanatory.

850. 242 4.11. Comprehensiv

Comprehensive Maintenance for Please clarify, if BSCL will have necessary back to back AMC

Query not clear.

Page 195: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

195

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

e Maintenance for System and Services

System and Services contracts in place, which MSP may use for 3rd party management

851. 242 4.11. Comprehensive Maintenance for System and Services

All spares required for the smooth operation of the Bhubaneswar smart city solutions shall be maintained by the MSI for the entire duration of the contract to meet SLA requirements.

It is understood that storage space requirement for spares & consumable shall be the responsibility of BSCL. Please confirm.

Please refer to Section 6.2 on Page 718 on Client responsibility. Anything that is not mentioned in this section is the responsibility (including cost) of the Bidder.

852. 243 4.11. Comprehensive Maintenance for System and Services

All equipment found to be defective during comprehensive maintenance shall be repaired or replaced by the MSI at no cost to the Client.

Any defect/breakage/damage of any device/equipment occurring due to factors not attributable to MSI shall be replaced/repaired within the stipulated time by MSI without any cost. This will not cover defect/damage/breakage occuring due to deliberate human intervention or any natural calamity

The conditions mentioned in the RFP shall be applicable.

853. 244 ICOMC_MSI_RFP_BBSR, 4.11. Comprehensive Maintenance for System and Services

MSI shall ensure OEM support during Comprehensive Maintenance stage for system performance, performance tuning, upgrades etc.

Kindly make mandatory; OEM shall be responsible to plan, design and program manage the complete Implementation for initial period (6 months). After completion of the technology plan, the technical design of the solution elements will be defined. OEMs Professional Services engineering team shall consult Customer/SI Solutions team to help them meet these goals by preparing the design documentation.

The conditions mentioned in the RFP shall be applicable.

854. 245 ICOMC_MSI_RFP, 4.11. Comprehensive Maintenance

The communication costs (Internet charges, telephone charges, 3G/GPRS connectivity charges)

since the telephone calls varies each month, request the monthly telephone charges to be paid by the client itself.

The conditions mentioned in the RFP shall be applicable.

Page 196: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

196

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

for System and Services

855. 245 4.12.1 / E-Governance and ERP System

It is estimated that the number of users would be about 1000.

Please provide clarity on total internal & external users in order to do the hardware sizing

Refer to Addendum.

856. 246 4.12.1. E-Governance & ERP System

4.12.1. E-Governance & ERP System For the purpose of this RFP, the solution must cater to multi company functionality. The users will be from BMC, BSCL, BDA and BPTSL organisations, while work flows shall be aligned to BMC and BSCL working. Hence this RFP shall address BMC and BSCL as the primary users and each of the modules have to be customised to the operational needs of both. The bidder shall propose an enterprise license for the ERP. It is estimated that the number of users would be about 1000.Along with E-Governance and ERP system, Enterprise Content Management System, citizen engagement systems (including redressal and collaboration, contact centre), ICOMC, KPI and dashboard system and integration of all existing systems and ready framework for integration of any future

Can we derive that the total number of users for ERP and E-governance system will be 1000?

Refer to Corrigendum. & Addendum.

857. 246 ICOMC_MSI_RFP_BBSR, Section

It is estimated that the number of users would be about 1000.

Please clarify is it the total user or concurrent and active users?

Refer to Addendum.

Page 197: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

197

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

4.12.1. E- Governance & ERP System

858. 246 ICOMC_MSI_RFP_BBSR, Section 4.12.1. E- Governance & ERP System

It is estimated that the number of users would be about 1000.

Please clarifywhat will be the concurrent user base in case of citizen portal.

Refer to Addendum.

859. 246 ICOMC_MSI_RFP_BBSR.p df, Section FR 4.12.1

E-Governance & ERP System Will it be possible for BSCL to provide a breakup of the 1000 users on functional areas. For e.g 30% will use Finance, 40% Procurement, 35% Maintenance and so on. That will help fine tuning the BOQ and provide exact functional users for the respective areas.

Refer to Addendum.

860. 246 ICOMC_MSI_RFP_BBSR, Section 4.12.1, E-Governance & ERP System

It is estimated that the number of users would be about 1000.

Please provide clarity on the total number of concurrent internal and external users who will be using the proposed Document Management System, Workflow Management System & File Tracking system in order to size the hardware required for the solution.

Refer to Addendum.

861. 247 4.12.1. E-Governance & ERP System

The bidder shall ensure that the LAN / WAN, servers and storage are sized adequately with built in redundancy into the architecture to meet a 10 second response time in terms of performance.

Please clarify the expected response time in seconds as it is different than what is specified under section 4.12.7.2. ICOMC: Data Hosting ( 262).

Refer to Corrigendum.

862. 248 Sec 5 Technical requirements

Reference to custome solutions Even though it has been mentioned to use COTS or solution of repute for e Governace & ERP, the refernce to custom solutions may be clarified since it is contradicts the

While bespoke will be acceptable, but in view of the timelines, the proposed ERP solution should be having all the features listed in requirements as ‘out of box’ with

Page 198: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

198

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

earlier statement various configurable options available. Most of the enhancements required in the solution shall be available as a feature and not to be built as per requirements. The proposed solution shall follow global standards in required functionality and shall have been running in other organizations of similar requirements. Any such deployments may also be subject to client’s visits or reference checks. The proposed solution shall be best in class and meet all requirements of the RFQ cum RFP in a timely and integrated manner.

863. 251 ICOMC_MSI_RFP_BBSR, Section 4.12.1, E-Governance & ERP System

Data Migration As migration of the existing data and documents is considered as part of current project scope. So please provide the volume and the type of data/documents to be migrated from current systems to proposed system.

Refer to Addendum.

864. 251 Data Migration The expected sources of data which would require migration are: - Property data - Financial Data

Pl clarify: 1. Whether there are application in use for Finance and Management Accounting from which data is to be migrated 2. If yes, the approximate quantum of data to be migrated 3. The applications related to Finance and Management Accounting in use 4. Whether legacy application if any are implemented in a decentralized or centralized manner

Refer to Addendum.

Page 199: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

199

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

865. 252 5 4.12.1. Support services • After go live of all the solution components, the MSI will provide three months of system stabilization services.

Request to change this timeline to one month

The conditions mentioned in the RFP shall be applicable.

866. 252 4.12.1. Stabilization Phase What will be the Exit criteria for this phase?

As per customer's acceptance and resolution of all 'A' category issues

867. 252 4.12.1. Continuous Improvement of processes, reports

What is the % improvement targeted by BSCL?

Query reference not clear.

868. 252 4.12.1 SLA definition for 5 years support phase

SLA definition for 5 years support phase

Query not clear.

869. 252 4.12.1. Upgrades/Updates/New releases What will be the definition of New release / version deployment? Will be tertiary or lower releases like bug fixes / security patch or major release or version upgrade?

Vendor should ensure that the OEM gives the latest release and No new release by the OEM for a period of 2 years after stabilization. Patch application is part of the contract. Vendor should ensure that the OEM supports the release implemented during the currency of the contract.

870. 252 4.12.1. Please confirm that it has to confirm to version N-1

Query not clear.

871. 253 Support services

Help desk operations - Initial Response, Immediate telephonic response and support for usage related and other minor problems. Dial-in support for handling, minor bug fix.

Please clarify, if the helpdesk team for intial repsonse till shall be deployed by MSI or BSCL

MSI

872. 254 4.12.2 Solid Waste/Municipal Vehicle (water tankers, cess-pool vehicles, etc.) Management scope shall include the following

Please clarify management scope? The RFP is self-explanatory.

873. 255 Section 5 MSI shall factor inclusion of various BSCL and Govt. offices

Bandwidth of connectivity for Govt offices will be under the scope of

The RFP is self-explanatory.

Page 200: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

200

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

and their location, bandwidth requirements, security, LAN/WAN protocols, network topology for each of the Smart City components during design stage;

Captive network or Service providers can play any role in this connectivity piece

874. 255 5 4.12.3. Multi-Services Digital Kiosks

Request customer to take responsibility of providing the content and finalization of same

The conditions mentioned in the RFP shall be applicable.

875. 255 4.12.3 MSI shall coordinate with the plot developers for installation and Right of Way (RoW)

For any installation requiring permissions or RoW or approvals from different authorities or entities, request the client to coordinate and provide the same. While various agencies would be obliged to provide the same to city municipality, it would be challenging for any private sector entity to obtain the same.

RoW cost to be under Client scope. However, all coordination for getting RoW clearance with concerned authorities to be under MSI scope. Refer to Addendum.

876. 257 ICOMC_MSI_RFP_BBSR, Section 5.4.12.4 Technical Requirements

MSI shall be responsible for data encryption and data security

How this encryption will be achieved and at which layer?Where Keys will be managed? We recommend to use FIPS certified High Speed Encryptors for fast encryption with adequate security to the keys.

As per Bidder's solution.

877. 257 4.12.4 MSI shall build the fibre optic network over the duration of the contract. The MSI will be responsible for evaluating the exact timelines for the end-to-end construction of the fibre optic network. However, at the end of the contract, it is expected that BSCL owns end-to-end fibre optic infrastructure.

Pl. clarify who will bear the cost of NSP and ISP for Quick wins 3 activities 7.1 and others?

Bidder

Page 201: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

201

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

For interim project connectivity requirements and to meet the overall project timelines, MSI may obtain connectivity using different ISPs via wired and wireless techniques. MSI shall factor in all such connectivity costs as part of the bid.

878. 258 4.12.4. Fibre Optic Infrastructure

MSI shall build the fibre optic network over the duration of the contract. The MSI will be responsible for evaluating the exact timelines for the end-to-end construction of the fibre optic network. However, at the end of the contract, it is expected that BSCL owns end-to-end fibre optic infrastructure. For interim project connectivity requirements and to meet the overall project timelines, MSI may obtain connectivity using different ISPs via wired and wireless techniques. MSI shall factor in all such connectivity costs as part of the bid.

Kindly clarify what is the requirement of interim connectivity since fiber connectivity will be the primary mode of communications and will be rolled out first?

As per RFP. Bidder to propose solution to meet the overall requirements.

879. 258 Section 5 , 4.12.6 GIS Platform

The GIS System with the B-One Portal shall provide efficient decision support system……….

We understand that MSI to provide the best solution that fits and cater the requirement of RFP and augment & leverage the existing ArcGIS Web platform and solution. MSI to propose scalable solution with ArcGIS product & quantity that is required for RFP integration requirement. Please confirm.

While the bidder is required to leverage existing Phase 1 data, bidder is free to choose a platform that can provide a solution that supports the project requirements for GIS.

880. 258 REQUEST FOR

MSI shall be given RoW for the entire project area. Using this

We understand , ROW Demand Note cost will be beared by BSCL

RoW cost to be under Client scope. However, all coordination

Page 202: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

202

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

PROPOSAL, /Fibre Optic Infrastructure

RoW, the MSI may lease out additional capacity (beyond project needs) and may also install additional infrastructure based on requirements of various agencies (all additional costs to be borne by the MSI) upon discussions with Client. However, the ownership of the project’s fibre optic network at any given point shall remain with BSCL.

for Route falling under Bhubaneswar Municipal Corporation Limit(BMC) & Bhubaneswar Development Authority (BDA) Limit ? Please confirm.

for getting RoW clearance with concerned authorities to be under MSI scope. Refer to Addendum.

881. 258 REQUEST FOR PROPOSAL, /Fibre Optic Infrastructure

MSI shall be given RoW for the entire project area. Using this RoW, the MSI may lease out additional capacity (beyond project needs) and may also install additional infrastructure based on requirements of various agencies (all additional costs to be borne by the MSI) upon discussions with Client. However, the ownership of the project’s fibre optic network at any given point shall remain with BSCL.

Kindly clarify , who will bear the Re-Instatement cost in BMC & BDA limit .

Please refer to Section 6.2 on Page 718 on Client responsibility. Anything that is not mentioned in this section is the responsibility (including cost) of the Bidder.

882. 258 REQUEST FOR PROPOSAL, /Fibre Optic Infrastructure

MSI shall be given RoW for the entire project area. Using this RoW, the MSI may lease out additional capacity (beyond project needs) and may also install additional infrastructure based on requirements of various agencies (all additional costs to be borne by the MSI) upon discussions with Client. However, the ownership of the

We understand, ROW Demand Note cost will be beared by BSCL for Route falling under Railway, PWD, NHAI, State Highway Authority etc. to be beared by BSCL ? Kindly confirm.

RoW cost to be under Client scope. However, all coordination for getting RoW clearance with concerned authorities to be under Bidder scope. Refer to Addendum.

Page 203: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

203

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

project’s fibre optic network at any given point shall remain with BSCL.

883. 258 REQUEST FOR PROPOSAL, /Fibre Optic Infrastructure

MSI shall be given RoW for the entire project area. Using this RoW, the MSI may lease out additional capacity (beyond project needs) and may also install additional infrastructure based on requirements of various agencies (all additional costs to be borne by the MSI) upon discussions with Client. However, the ownership of the project’s fibre optic network at any given point shall remain with BSCL.

Kindly clarify , who will bear the Re-Instatement cost for Route falling under Railway, PWD, NHAI, State Highway Authority Limits.

Please refer to Section 6.2 on Page 718 on Client responsibility. Anything that is not mentioned in this section is the responsibility (including cost) of the Bidder.

884. 258 REQUEST FOR PROPOSAL, /Fibre Asset Management

Fibre Asset Management : 1. Requirement to create a fibre asset management system for management of the infrastructure. 2. The fibre asset management system shall be a purposeful-built tool that will allow mapping of all fibre counts in terms of count colour, number and allocation (entity or device) among other variables 3. Fibre asset management system shall be configurable and easy to operate and update. It is expected that post any implementation of the fibre optic infrastructure, this asset management system shall be updated on an ongoing basis.

Is Fiber monitoring System to be considered for continuous monitoring of unutilized/spare fibers ? Kindly clarify .

Yes

Page 204: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

204

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

885. 259 Section 5, Technical Requirements

Required Mobile Apps shall be developed for all G2C, G2G & G2B users.

We believe that department requires various mobile apps to be developed under the project under various modules to cater G2C, G2G & G2 B services. Kindly confirm how department will ensure that applications will work fine on real mobile devices with 2G/3G/4G network conditions. Hence we suggest department that the mobile app should be tested on 2G, 3G and 4G mobile internet speeds so as to get the improvised app quality. Also confirm how the testing of mobile apps is planned whether on real devices or Emulators?

The RFP is self-explanatory.

886. 260 4.12.7. Intelligent City Operations and Management Centre (ICOMC)

MSI shall be responsible for complete installation of temporary command and control centre which also includes all civil, mechanical, electrical and interior works.

Please clarify scope for civil work as word civil can lead to infinite work (construction etc.) Please restrict the scope as per defined requirement RFP

Refer to Corrigendum.

887. 260 4.12.7. Intelligent City Operations and Management Centre (ICOMC)

Temporary Command and Control Centre at BMC-Bhawani Mall – 8000 Sq. Ft

Please provide Autocad drawing for BMC-Bhawani Mall – 8000 Sq. Ft Area. And aslo provide Approx time line till when temporary Command Center Shall be used.

To be discussed with Successful Bidder. Temporary Command and Control Centre to be used till permanent ICOMC is not operational and all data is not migrated.

888. 260 4.12.7 MSI shall be responsible for complete installation of temporary command and control

Request you to please remove the major civil / building construction works (massonary/building) from

Refer to Corrigendum.

Page 205: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

205

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

centre which also includes all civil, mechanical, electrical and interior works.

MSI scope since most of MSIs are technology experts and not civil player. Pl. modify to Interior works etc inside the building to be part of MSI of works.

889. 260 Section 5, 4.12.6. GIS Platform

One (1) number ArcGIS online license for Publishing GIS services, Authoring maps and administering ArcGIS Online groups and organizing content…….

We understand the requirement and we should provide the best solution that will cater the requirement of ArcGIS online & Web GIS together.

Bidder free to choose any established GIS platform.

890. 261 ICOMC_MSI_RFP_BBSR,4.12.7.2. ICOMC: Data Hosting

All the servers, storage and other IT infrastructure at the STPI data centre have to be provided by the Bidder. The Disaster Recovery (DR) Site shall be provided through STPI. The required servers at the DR site shall be provided by BSCL through the managed services contract.

Since DR infra is not the responsibility of bidder, Do we need to propose solution for DR and who is going to decide on the technology for replication & failover. It should be complete sync with the bidder since ask is Active-active DC-DR.Provision of DR systems and replication software scope should be included in this Bid.

Refer to Corrigendum.

891. 261 4.12.7.2. ICOMC: Data Hosting

The hosting requirements of the project shall be met via a hybrid architecture that includes: • On-premises; and • Data Centre (located at STPI).

A. What infrastucture is to be provided on-premise at the ICOMC/Command Centers for hosting purposes? B. What applications are expected to be hosted on-premise and what applications are to be hosted at STPI Data Center?

As per Bidder Solution.

892. 261 4.12.7.2. ICOMC: Data Hosting

The Disaster Recovery (DR) Site shall be provided through STPI. The required servers at the DR site shall be provided by BSCL through the managed services contract.

A. Kindly clarify whether IT infrastructure for DRC will be provided by STPI or MSI? In case it is being provided STPI, subsequent clauses in RFP related to DRC should not be applicable on MSI. B. What will be the location of DRC

Refer to Corrigendum.

Page 206: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

206

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

since it is supposed to be in separate seismic zone? If DRC will be outside Bhubaneswar City or Odisha State how will it be connected to city-wide fiber network?

893. 261 4.12.7.2. ICOMC: Data Hosting

It is expected that all applications for on-cloud hosting shall support cloud ready architecture.

A. The clause here refers to cloud hosting. Will the smart city applications be hosted on cloud environment? B. In such a case, will STPI provide cloud-ready setup at its Data Center for hosting Smart City systems or MSI is expected to provide cloud-based architecture for Smart City?

A. Refer to Corrigendum. B. As per RFP.

894. 261 4.12.7. Intelligent City Operations and Management Centre (ICOMC)

MSI shall be responsible for complete implementation of ICOMC. Implementation scope shall also include all civil, mechanical, electrical and interior works.

Please provide Autocad drawing ICOMC – 40,000 Sq. Ft. area. Please Provide details for required Civil work, as word Civil has infinite scope of work.

AutoCAD drawing to be discussed with the successful Bidder. Refer to Corrigendum.

895. 261 4.12.7.2 .ICOMC: Data Hosting The hosting requirements of the project shall be met via a hybrid architecture that includes: • On-premises; and • Data Centre (located at STPI). Overall, the objective of this architecture is to optimize the number of on-site servers without compromising the overall performance of the system. BSCL through STPI shall provide the hosting space only. All the servers, storage and other IT

Discrepancy in this clause, above ask for on premise DC and below asking for cloud, pl.clarify do we have cloud? Also, pl. clarify who will provide network between DC to DR? Is DR is complete replica of DC? Connectivity between DC to DR whose scope and who will bear the cost? Table - Some system are not asked

For the interim period before go-live of Data Centre, it is expected applications to be hosted on Cloud or in-premises data centre at Bhiwani Mall. On full go-live of STPI Data Centre, migration of cloud or on-premises data to STPI Data Centre shall be responsibility of the MSI. Rest Refer to Corrigendum.

Page 207: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

207

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

infrastructure at the STPI data centre have to be provided by the Bidder. The Disaster Recovery (DR) Site shall be provided through STPI. The required servers at the DR site shall be provided by BSCL through the managed services contract. MSI is required to provide an overall solution meeting the below mentioned minimum requirements for various applications. It is expected that all applications for on-cloud hosting shall support cloud ready architecture.

with High available however are asked with backup and also DR, pl. clarify the expectations.

896. 261 5 4.12.7. Intelligent City Operations and Management Centre (ICOMC) Temporary Command and Control Centre at BMC-Bhawani Mall – 8000 Sq. Ft

Is this 8000 sq ft is walled premises or MSI has to create the building as well

Walled premises (Bare-shell)

897. 261 5 4.12.7. Intelligent City Operations and Management Centre (ICOMC) Temporary Command and Control Centre at BMC-Bhawani Mall – 8000 Sq. Ft

What is timeline of this temporary CCC?

Till migration of services from temporary CCC to permanent ICOMC doesn’t take place.

898. 261 4.12.7.2. ICOMC: Data Hosting The hosting requirements of the project shall be met via a hybrid architecture that includes: • On-premises; and • Data Centre (located at STPI). Overall, the objective of this

1. You have mentioned that servers and storage at DC need to be provided by bidder however at DR server to be provided by BSCL. Please inform who will be providing storage at DR 2. Since you expect all

1. Refer to Corrigendum. 2. The conditions in the RFP shall be applicable.

Page 208: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

208

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

architecture is to optimize the number of on-site servers without compromising the overall performance of the system. BSCL through STPI shall provide the hosting space only. All the servers, storage and other IT infrastructure at the STPI data centre have to be provided by the Bidder. The Disaster Recovery (DR) Site shall be provided through STPI. The required servers at the DR site shall be provided by BSCL through the managed services contract. MSI is required to provide an overall solution meeting the below mentioned minimum requirements for various applications. It is expected that all applications for on-cloud hosting shall support cloud ready architecture.

applications should be cloud ready request you to eloborate what are features you are looking to be incorporated in the solution.

899. 262 Sec 5 / clause 4.12.7.3.ICOMC

MSI shall be responsible for compliance with all local standards and certifications, including building, electrical and occupational requirements;

We request you to kindly the list of all applicable standards, certifications and compliances, so that everyone is on the same

The RFP is self-explanatory.

900. 262 ICOMC_MSI_RFP_BBSR, 4.12.7.2. ICOMC: Data Hosting

The hosting requirements of the project shall be met via a hybrid architecture that includes: • On-premises; and • Data Centre (located at STPI)

Please clarify what do you men by hybrid? Can we propose a private cloud model for DC?

The RFP is self-explanatory.

901. 262 4.12.7.3. ICOMC: Other Requirements

Build and certify ICOMC as per ISO 27001:2011 standards.

Kindly clarift whether ISO 27001 to be done only for main ICOMC or for all 16 command centers?

For all.

Page 209: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

209

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

902. 262 Section 5, 4.12.7.2. ICOMC: Data Hosting

High Availability/ Clustering Back up

We understand that GIS platform and architecture is required to be in line with fulfilling the high availability/clustering architecture. Please clarify.

Yes, the bidder understanding is correct.

903. 262 5 MSI shall also be responsible for dismantling temporary command and control centre when ICOMC is implemented. Shifting of existing equipment from temporary to ICOMC shall also be under the scope of MSI. • ICOMC – 40,000 Sq. Ft.

Is this 40000 sq ft is walled premises or MSI has to create the building as well

It is a walled premises (bare shell).

904. 262 5 • ICOMC at Police Headquarters Is there any connectivity required. If yes then is ICOMC 40000 sq ft and ICOMC @ police HQ is already connected. Also we understand 8000 sqft ICOMC is not to be connected to ICOMC police HQ.

Fibre network to cater to connectivity requirements.

905. 263 4.12.7.3 MSI shall be responsible for compliance with all local standards and certifications, including building, electrical and occupational requirements; Build and certify ICOMC as per ISO 27001:2011 standards.

Does this means that bidder has to get the datacenter certified for ISO 27001:2011. Please confirm.

No

906. 264 4.12.7.4 ICOMC: Interiors Does the civil and architecture would be responsibility of the bidder.

Yes

907. 264 4.12.7.4. ICOMC: Interiors, Electrical Distribution System

The MSI shall be responsible for installation of electrical distribution system. MSI shall be responsible for proper and uninterrupted working and shall ensure this by having the IT

Who will provide feeder supply? Please refer to Section 6.2 on Page 718 on Client responsibility. Anything that is not mentioned in this section is the responsibility (including cost) of the Bidder.

Page 210: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

210

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

equipment and server room power distribution system with redundancy: • Two incoming HT feeder supply from different sub-stations. Even if one feeder is down, the other one keeps power available.

908. 265 4.12.7.4 Fire detection and suppression system

Please provide the length x breadth of the hazard with void breakup(Ceiling,floor and room void) to design Fire suppression and Fire detection as per NFPA Standards

As per Bidder's Solution. Site details to be shared with Successful Bidder.

909. 265 5 4.12.7.4. ICOMC: Interiors Electrical Distribution System

We request to clarify that client is going to bear all the electricity costs for ICOMC and ICOMC @ Police HQ and also for field infra

Recurring electricity expense in Client Scope. Although all one-time expense such as connection cost, installation cost, cabling, coordination for getting connection etc. to be under MSI scope. Also refer to addendum.

910. 266 4.12.7.4 IO Summary and other BMS related portion shall fall under the scope of MSI

For designing BMS, IO Summary is really required, else kindly provide the number of AHU,Chillers unit,Fans details and also any 3rd party integration required. Kindly confirm

The RFP is self-explanatory.

911. 266 4.12.7.4 CCTV & Access control system Please define the Critical areas and non critical areas briefly to design CCTV and Access control system. Kindly provide number of doors required Access control system and nuber of cameras to be deployed at Critical areas

The RFP is self-explanatory.

912. 266 4.12.7.4 Rodent repellant and Water leak detection system

Kindly provide the size (LXBXH) of the room to design Rodent repellant

To be discussed with Successful Bidder

Page 211: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

211

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

and water leak detectioin system

913. 266 4.12.7.4 CCTV & Access control system,Rodent repellant and Water leak detectioni system

Please let us know whether the complete IBMS system is for ICOMC command centre or even for Type 1- 3nos CCC and Type 2 -12 nos CCC

For all.

914. 266 4.12.7.4 CCTV System • The MSI shall provide CCTV system within the ICOMC on 24X7 basis. All important areas of the ICOMC along with the non-critical areas like locations for DG sets, entry exit of ICOMC, Entry and Exit of building premises need to be under constant video surveillance. Monitoring cameras shall be installed strategically to cover all the critical areas of all the respective locations. The MSI shall also provide the ICOMC operations room to be Wi-Fi enabled;

Is wifi needed for CCTV? Pl. clarify Is it BOQ item?

The RFP is self-explanatory.

915. 266 4.12.7.2 Design-Build of the BMS shall be under the scope of MSI . IO summary and other BMS related provisions shall fall under the scope of the MSI.

Pl. provide system details to calculate IO points

The RFP is self-explanatory.

916. 262-267

4.12.7.2. ICOMC: Data Hosting As per the specs it is mentionined that the Data hosting shall be on Site as well at STPI, for On Site requirement we propose an "Int egrated modular Dat a Centre" with internal redundant or backup powe r supplies, environmental controls

As per RFP. Bidder can propose solutions during interim period before setting up of Data Centre at STPI. Migration of data from temporary setup to Data Centre to be under Bidder scope.

Page 212: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

212

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

(e.g., precision air conditioning, fire suppression, smoke detection, Water leak detection, humidity sensor etc), security devices, DCIM, iPDU etc. Critical systems like UPS and Precision Air- conditioning system will have N+N topology respectively as per TIA 942 guidelines

917. 246 ICOMC_MSI_RFP_BBSR, Section 4.12.1, E-Governance & ERP System

3. Dynamic Message Signs Please provide clarity on the total number of concurrent internal and external users who will be using the proposed Document Management System, Workflow Management System & File Tracking system in order to size the hardware required for the solution.

Refer to Addendum.

918. 4 The bidder shall ensure that the LAN / WAN, servers and storage are sized adequately with built in redundancy into the architecture to meet a 10 second response time in terms of performance.

Will this this performance be measured within DC between applications or with End - User outside DC?

The RFP is self-explanatory.

919. 4.1 Project Management Who will manage the vendors having direct contract with BSCL?

Client shall facilitate coordination with vendors directly engaged by Client.

920. 4.3 Prototype What will be the scope of Prototype delivery for IT Application / Software Components?

The RFP is self-explanatory.

921. 4.5 Migration of data Scope and details of data migration in terms of data objects and source applications?

Refer to Addendum.

922. 4.12.1 The complete deployment is to be undertaken in 18 months.

Is it only for ERP and E-Governance or for all?

Refer to Corrigendum.

923. All application cant be deployed Query not clear.

Page 213: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

213

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

with 8 - 9 Testing stages for each application / components?

924. 4.12.1. In certain work packages, especially the Corporate Web Site and Portal the MSI may prefer to use Agile Methods.

For these modules, will BSCL accept Capacity Based Commercial to delivery using AGILE methodology?

Query not clear.

925. 4.12.1. The MSI is required to take the source data in the format which is available. The MSI is required to take complete ownership of this activity and develop a detailed plan for data migration.

BMC should be responsible for providing data to MSI in the format requested by MSI

Data will be provided in the format available.

926. 243 Section 5. Technical requirement

MSI shall maintain all data regarding entitlement for any upgrade, enhancement, refreshes, replacement, bug fixing and maintenance for all project components during Warranty. MSI shall be responsible for updates/upgrades and implementation of new versions for software and operating systems when released by the respective OEM at no extra cost to the Client during entire duration of contract. Requisite adjustments / changes in the configuration for implementing different versions of system solution and/or its components shall also be done by MSI. The MSI shall also ensure application of patches to the licensed software covering the appropriate system component software, operating system,

As per the present maturity of electronics and IT equipment almost each and every equipment has operating system/driver/system software to operate/manage the equipment. All these are OS/drivers/software are regularly updated by releasing further patches. But with major development in both hardware OS/drivers/softwares are also upgraded and new version series are released. The word update, upgrade and release new version release are part of deliverable. It is possible to include future updates in deliverables with the same Hardware. But inclusion of Upgrade and new version release with old hardware will not be possible. Most of the OEM will not be in position to predict and give roadmap for Upgrade and new version release for 9 years at the time of quoting. Hence it is requested kindly amend

The conditions mentioned in RFP shall be applicable.

Page 214: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

214

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

databases and other applications. Software License management and control services shall also be conducted by the MSI during this phase. Any changes/upgrades to the software during comprehensive maintenance shall be subjected to comprehensive and integrated testing by MSI to ensure that changes implemented in system meets the specified requirements and doesn’t impact any other function of the system

the clause to :- software updates to be only included in the deliverables. software Upgrade and new version release should not be part of mandatory deliverables. It should be choice of OEM if it wants to upgrade at within the warranty/AMC cost by upgrading or new version of software then it should be permitted to do so.

927. 255, Section 4.12.4

ICOMC_MSI_RFP_BBSR

MSI shall be required to undertake the GIS based survey to design the OFC route planning and network topology and share the same with the BSCL. MSI can make use of the publicly available data and tools such as Google Maps, ArcGIS, NIC developed maps etc. However, the ownership of the accuracy and validation of the data map information shall be with the MSI;

What is the kind of accuracy desired based on which survey procedure would be defined?

Refer FR 7.205

928. 243 Section 5. Technical requirement

MSI shall maintain all data regarding entitlement for any upgrade, enhancement, refreshes, replacement, bug fixing and maintenance for all project components during Warranty. MSI shall be responsible for updates/upgrades and implementation of new versions

MSI shall be responsible for updates and implementation of system hardware and software released by the respective OEMs at no extra cost to the Client during entire duration of contract. Requisite adjustments / changes in the configuration for implementing different versions of system solution, not including any hardware

The conditions mentioned in RFP shall be applicable.

Page 215: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

215

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

for software and operating systems when released by the respective OEM at no extra cost to the Client during entire duration of contract. Requisite adjustments / changes in the configuration for implementing different versions of system solution and/or its components shall also be done by MSI. The MSI shall also ensure application of patches to the licensed software covering the appropriate system component software, operating system, databases and other applications. Software License management and control services shall also be conducted by the MSI during this phase. Any changes/upgrades to the software during comprehensive maintenance shall be subjected to comprehensive and integrated testing by MSI to ensure that changes implemented in system meets the specified requirements and doesn’t impact any other function of the system

refresh/upgrade shall also be done by MSI. The MSI shall also ensure application of patches to the licensed software covering the appropriate system component software, operating system, databases and other applications. Software License management and control services shall also be conducted by the MSI during the entire phase. Any changes to the software during comprehensive maintenance shall be subjected to comprehensive and integrated testing by MSI to ensure that changes implemented in system meets the specified requirements and doesn’t impact any other function of the system. Any software update requiring a hardware upgrade / refresh will not be part of the scope of MSI.

929. 256 MSI can make use of the publicly available data and tools such as Google Maps, ArcGIS, NIC developed maps etc. However, the ownership of the accuracy and validation of the data map information shall be with the MSI

What kind of accuracy is required regarding maps data? How will customer validate the accuracy of maps data?

Refer FR 7.205. MSI shall provide testing procedures and testing platform for validating the data.

930. 259 Enable the public to view What all different representations Map view based on satellite map,

Page 216: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

216

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

different representations of Bhubaneswar on a map

are required? terrain map, hybrid map, 3D view, etc.

931. 244 ICOMC_MSI_RFP_BBSR, 4.11. Comprehensive Maintenance for System and Services

MSI shall ensure OEM support during Comprehensive Maintenance stage for system performance, performance tuning, upgrades etc.

Kindly make mandatory; OEM shall be responsible to plan, design and program manage the complete Implementation for initial period (6 months). After completion of the technology plan, the technical design of the solution elements will be defined. OEMs Professional Services engineering team shall consult Customer/SI Solutions team to help them meet these goals by preparing the design documentation.

The conditions mentioned in RFP shall be applicable.

932. 178 Existing / Future Integrations Whether BSCL / BMC will take responsibility in facilitating required inputs from existing / future projects for the purpose of Integration with this Project.

The conditions mentioned in RFP shall be applicable.

933. 177 Volume 1,3.1. Key Stakeholders in the System

Exhibit 8: Agencies & Stakeholders of ICOMC

Please provide Legend of the diagram.What does each colour in the diagram mean?

The RFP is self-explanatory.

934. 177 Section 5 A Detailed Project Report (DPR) for City Wi-Fi for the city of Bhubaneswar was prepared by STPI. As per the Wi-Fi DPR, there will be 3500-5000 access points.

As per SOR list, 1800 access points are required while it is mentioned as 3500- 5000 on 177. Pls. confirm the correct count to be considered.

As per BoQ.

935. 178 ICOMC_MSI_RFP_BBSR Section 5 – Technical Requirements

Existing or Future integration -Future SCADA Project -Existing Surveillance System -Existing e-Governance/ERP -Existing Smart Street Lighting Project

Please provide the Future SCADA Project going to be integrated. Does the system should be sized with future requirement.?

The conditions mentioned in RFP shall be applicable.

Page 217: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

217

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

-On-going ATSC Project -Future PBS/E-Rickshaw Project

936. 178 Volume 1,3.1. Key Stakeholders in the System

Exhibit 9: Smart Solutions - Key Components

Please provide Legend of the diagram.What does each colour in the diagram mean?

The RFP is self-explanatory.

937. 178 Section 3.1 Exhibit 9 Different boxes have different colors. Do the colors signify any legend?

The RFP is self-explanatory.

938. 178 Section 3.1 Exhibit 9 Different boxes have different colors. Do the colors signify any legend?

The RFP is self-explanatory.

939. 178 Existing CCTV system integration

Please share the details of the existing CCTV systems along with the make and model number of the cameras and the VMS. Are the SDKs / APIs of these existing softwares available?

The conditions mentioned in RFP shall be applicable.

940. 179 Sect 5 / clause 3.2. General

Bidder’s solution shall adhere to the model framework of cyber security requirements set for Smart City (K-15016/61/2016-SC-1, Government of India, Ministry of Urban Development).

We request you to kindly share the document where the details related to this compliance is spelled out, so that everyone is on the same

The RFP is self-explanatory.

941. 179 ICOMC_MSI_RFP,Section 5, 3.2

Integrate various agencies and smart solutions components at the ICOMC to provide efficient and integrated response to not only emergencies and incidents, but also for regular efficient functioning of the city government.

Need clarity if the existing system are integration ready? Who will provide H/w or S/w in existing system if required for integration purpose.

The conditions mentioned in RFP shall be applicable.

942. 179 Sect 5 / clause 3.2. General

Bidder’s solution shall adhere to the model framework of cyber security requirements set for

We request you to kindly share the document where the details related to this compliance is spelled out, so

The RFP is self-explanatory.

Page 218: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

218

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Smart City (K-15016/61/2016-SC-1, Government of India, Ministry of Urban Development).

that everyone is on the same

943. 180 3.2. General Comply with the published e-Governance standards, frameworks, policies and guidelines available on http://egovstandards.gov.in (updated from time-to-time).

MSI will comply to eGovernance standards including policies and guidelines available at the time of inception of this project. Any updation which requires rework of the already established solution will be addressed through change management procedure.

The conditions mentioned in RFP shall be applicable.

944. 61 Section 2 : Tech. Proposal Annexure - 2 : Bid Submission Checklist S.No.5

Sub-Contracting Agreement Request you to provide the format / specimen for Sub-Contracting Agreement.

The RFP is self-explanatory.

945. 89 Section 2, Appendix 12

MANUFACTURER’S AUTHORIZATIONS

We request Manufacturer's authorization to be given to any of the Consortium partners. This is requested as, a particular OEM's components would be responsibility of one of the consortium members and they shall be responsible for its implimentation and support. Hence, we request MAF to be issued to that particular member of the consortium

Accepted

946. 90 Section 2- Appendix 14

Query: We request the customer to provide us with contractual definitions of each of the components mentioned here.

RFP Conditions prevail.

947. 838 Section 6 GCC 55.2 Liquidated damages shall be assessed at 1.0 percent per

It is suggested that LD should be applicable only on the delayed portion of a particular subsystem

RFP Conditions prevail.

Page 219: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

219

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

week of System Supply and Installation Cost (SIC). The maximum liquidated damages are 10 percent of the System Supply and Implementation Cost (SIC).

948. 721 8.3.1 “Scheduled Maintenance Time” – Time period for which the specified services/components/system with specified technical and service standards are not available due to scheduled maintenance activity. The MSI shall take at least 15 days prior approval from the Client for any such activity. The scheduled maintenance shall be carried out during non-peak hours and shall not exceed more than four (4) hours and not more than four (4) times in a year.

Suggest to increates the frequency of maintenance to 6 - 8 times during initial stage in first year (to have update and patched,).

Refer to Corrigendum.

949. 721 5 7.1. Quick Wins Please remove quick wins The conditions mentioned in the RFP shall be applicable.

950. 722 Section 5 - Terchnical Requirements, Section 8

Service Level Agreement a. Bidder requests Buyer to take into account the time lost due to any of the following reasons while calculating the availability/ uptime requirement: (a) Time lost due to power or environmental failures; (b) Time taken to recover the system because of power or environmental failures; (c) Time lost due to damage or malfunction in the system or any units thereof due to causes attributable to Buyer such as attachment of additional devices,

The conditions mentioned in the RFP shall be applicable.

Page 220: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

220

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

making alteration to the system, maintenance of the system, etc. without Supplier’s consent and/ or failure to maintain the site as required by MSP; (d) Time taken for scheduled maintenance/ troubleshooting either for preventive purposes or improvement in function or other purposes; (e) Time taken for reconfiguration or other planned downtime situations; (f) Scheduled shutdowns as required by Buyer; (MSP may also request Buyer for a shutdown for maintenance purpose, which request will not be denied unreasonably by Buyer); (g) Time taken for booting the system (h) Time lost due to unavailability of links. b. Bidder requests the Buyer to consider revising the maximum penalty to be levied to 5% of Quarterly Payout and in no event the overall punitive penalty shall exceed 1% of the total contract value. Bidder would like to further submit that it shall not be liable for any penalties if the performance or delay issues is caused by actions or inactions of Buyer or attributable to the Buyer.

951. 722 8.3.1 Service Level Agreement (SLA) shall become the part of the Contract between the Client and the MSI. SLA defines the terms of MSI’s responsibility in

Does bidder has to provide tool to monitor and measure service level. If yes: 1. Is the compliant ask ITIL V3? 2. Do you have ITIL process

The conditions mentioned in the RFP shall be applicable.

Page 221: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

221

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

ensuring the timely delivery of the deliverables and the correctness of the deliverables based on the agreed performance indicators as detailed in this section.

defined or bidder need to define the processes as well?

952. 722 Section -6 8.4.2

8.4.2. Operation & Maintenance Phase related SLAs (During DLP & AMC Period) These SLAs shall be used to evaluate the performance of the services post the Implementation Phase and commencement of the O&M Phase. These SLAs and associated performance shall be monitored on quarterly basis. Penalty levied for non-performance as per SLA shall be deducted through subsequent payments due from the Client or through the Performance Bank Guarantee

Recommended to keep cam of maximum penalty up 5% of Monthly /Quarterly payment

The conditions mentioned in the RFP shall be applicable.

953. 723 5 8.4.2.1. Traffic Violation Detection System- Availability

Please keep availability SLA standard requirement as 97%

The conditions mentioned in the RFP shall be applicable.

954. 724 8.2.4.1 Traffic Violation Detection System- Availability

Can please reduce the availability percentage from 99.5%,99% to 97%

The conditions mentioned in the RFP shall be applicable.

955. 724 8.4.2.2. Automatic Number Plate Recognition (ANPR)- Performance/Accuracy

For every decrease of 1% in detection in a quarter, a penalty of 5000 shall be imposed

Please clarify how will the online converted data be matched with offline total data? From where will the offline actual data be obtained and how?

The statistically significant random sample data to be used to establish the accuracy level and related penalties on a quarterly basis

956. 724 5 8.4.2.2. Automatic Number Plate Recognition (ANPR)-

Request to keep all accuracy requirements at 70%

The conditions mentioned in the RFP shall be applicable.

Page 222: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

222

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Performance/Accuracy

957. 725 8.4.2.4. Automatic Traffic Counter and Classifier (ATCC) – Performance/Accuracy

For every decrease of 1% in accuracy for each class of each device in a quarter, a penalty of 10000 shall be imposed

Please clarify how will the actual number of vehicles be tracked?

The conditions mentioned in the RFP shall be applicable.

958. 725 5 8.4.2.3. Automatic Traffic Counter and Classifier (ATCC) – Availability

Please keep availability SLA standard requirement as 97%

The conditions mentioned in the RFP shall be applicable.

959. 725 5 8.4.2.4. Automatic Traffic Counter and Classifier (ATCC) – Performance/Accuracy

Request to keep all accuracy requirements at 70%

The conditions mentioned in the RFP shall be applicable.

960. 727 8.4.2.8 Automatic Vehicle location System (AVL)– Availability: Requirement 99.5% Falls By / Increases By: 0.5%

Considering unseen circumstances and for practical reasons. We request you to consider Fall by to min 2.5%.

The conditions mentioned in the RFP shall be applicable.

961. 727 8.4.2.9 Passenger Information System (PIS)– Availability Requirement 99.0% Falls By / Increases By: 0.5%

Considering unseen circumstances and for practical reasons. We request you to consider Fall by to min 2.0 %

The conditions mentioned in the RFP shall be applicable.

962. 727 8.2.4.5 Public Address System- Availability

Can please reduce the availability percentage from 99.5%,99% to 97%

The conditions mentioned in the RFP shall be applicable.

963. 727 8.2.4.6 Dynamic Message Sign (DMS) – Availability

Can please reduce the availability percentage from 99.5%,99% to 97%

The conditions mentioned in the RFP shall be applicable.

964. 727 5 8.4.2.5. Public Address System- Availability

Please keep availability SLA standard requirement as 97%

The conditions mentioned in the RFP shall be applicable.

965. 727 5 8.4.2.6. Dynamic Message Sign (DMS) – Availability

Please keep availability SLA standard requirement as 97%

The conditions mentioned in the RFP shall be applicable.

966. 728 Volume 1, Section

8.4.2.8. Automatic Vehicle location System (AVL)–

We would need more clarification on SLA calculation. Availability can

The conditions mentioned in the RFP shall be applicable.

Page 223: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

223

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

8.4.2.8 Availability be calculated through our AVLS system or third party tools?

967. 728 5 8.4.2.7. Traffic Accident Recording System (TARS)– Availability

Please keep availability SLA standard requirement as 97%

The conditions mentioned in the RFP shall be applicable.

968. 728 5 8.4.2.8. Automatic Vehicle location System (AVL)– Availability

Please keep availability SLA standard requirement as 97%

The conditions mentioned in the RFP shall be applicable.

969. 728 5 8.4.2.9. Passenger Information System (PIS)– Availability

Please keep availability SLA standard requirement as 97%

The conditions mentioned in the RFP shall be applicable.

970. 729 5 8.4.2.10. Electronic Ticketing – Availability

Please keep availability SLA standard requirement as 97%

The conditions mentioned in the RFP shall be applicable.

971. 729 5 8.4.2.11. Parking Management System (PMS)– Availability

Please keep availability SLA standard requirement as 97%

The conditions mentioned in the RFP shall be applicable.

972. 730 8.4.2.12 Surveillance System– Availability Can please reduce the availability percentage from 99.5%,99% to 97%

The conditions mentioned in the RFP shall be applicable.

973. 730 ICOMC_MSI_RFP_BBSR, 8.4.2.12. Surveillance System– Availability

Fixed CCTV / CCTV – PTZ Moderate 99% 0.50% 10000

For maintaining the SLA of 99% , do we have to consider the extra cameras and accessories apart from the published BOQ or the same has been considered and included in the BOQ?

Bidders are allowed to maintain the required number of spares in order to achieve the desired SLAs.

974. 730 Section -6 8.4.2.12

8.4.2.12. Surveillance System– 3 NVR High 99.5% 0.50% Rs.500000 For every decrease of 0.50% in availability of each device & its associated component in a quarter, a penalty of 500000 shall be imposed.

Recommended modification as under 8.4.2.12. Surveillance System– 3 NVR High 99.5% 0.50% Rs.50000 For every decrease of 0.50% in availability of each device & its associated component in a quarter,

The conditions mentioned in the RFP shall be applicable.

Page 224: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

224

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

a penalty of 50000 shall be imposed.

975. 730 5 8.4.2.12. Surveillance System– Availability

Please keep availability SLA standard requirement as 97%

The conditions mentioned in the RFP shall be applicable.

976. 731 5 8.4.2.13. Solid Waste Management System– Availability

Please keep availability SLA standard requirement as 97%

The conditions mentioned in the RFP shall be applicable.

977. 732 5 8.4.2.14. Multi-Services Digital Kiosk– Availability

Please keep availability SLA standard requirement as 97%

The conditions mentioned in the RFP shall be applicable.

978. 732 5 8.4.2.15. Education and Healthcare Management – Availability

Please keep availability SLA standard requirement as 97%

The conditions mentioned in the RFP shall be applicable.

979. 733 5 8.4.2.16. Communications Network– Availability

Please keep availability SLA standard requirement as 97%

The conditions mentioned in the RFP shall be applicable.

980. 734 8.4.2.17 City Wi-Fi system- Availability Kindly provide the expected no of wifi users and maximum concurrent users per APN.

Query addressed before.

981. 734 5 8.4.2.17. City Wi-Fi system- Availability

Please keep availability SLA standard requirement as 97%

The conditions mentioned in the RFP shall be applicable.

982. 734 5 8.4.2.18. Environmental Monitoring System- Availability

Please keep availability SLA standard requirement as 97%

The conditions mentioned in the RFP shall be applicable.

983. 735 Section -6 8.4.2.21

8.4.2.21. Data Hosting & IT Infrastructure- Availability 1 Server / Storage / Tape drive/ High 99.90% 0.10% Penalty Rs. 50000 For every decrease of 0.10% in availability of each device & its

Recommended modification as under 8.4.2.21. Data Hosting & IT Infrastructure- Availability 1 Server / Storage / Tape drive/ High 99.90% 0.10% Penalty Rs. 10000 For every decrease of 0.10% in availability of each device & its

The conditions mentioned in the RFP shall be applicable.

984. 735 5 8.4.2.19. Command & Control Please keep availability SLA The conditions mentioned in the

Page 225: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

225

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Centre- Availability standard requirement as 97% RFP shall be applicable.

985. 736 Section -6 8.4.2.21

Firewall High 100% 0.10% Penalty Rs 100000 For every decrease of 0.10% in availability of each device & its associated component in a quarter, a penalty of 100000 shall be imposed

Recommended modification as under Firewall High 100% 0.10% Penalty Rs 10000 For every decrease of 0.10% in availability of each device & its associated component in a quarter, a penalty of 10000 shall be imposed

The conditions mentioned in the RFP shall be applicable.

986. 736 5 8.4.2.20. Building Management System (BMS)- Availability

Please keep availability SLA standard requirement as 97%

The conditions mentioned in the RFP shall be applicable.

987. 736 5 8.4.2.21. Data Hosting & IT Infrastructure- Availability

Please keep availability SLA standard requirement as 97%

The conditions mentioned in the RFP shall be applicable.

988. 738 8.4.2.23. Helpdesk- Performance

For every increase of 0.50% in attending incoming calls within 10 seconds (4 rings) calculated over a period of one quarter, a penalty of 20000 shall be imposed.

Please confirm that adequate logistics will be available to meet SLA parameters

The conditions mentioned in the RFP shall be applicable.

989. 739 5 8.4.2.24. Application- Availability Please keep availability SLA standard requirement as 95%

The conditions mentioned in the RFP shall be applicable.

990. 743 8.4.2.25. Problem Management Is there a defined process for problem management or bidder has to define as part of the programme.

Bidder is expected to define the process of problem management in line with the RFP conditions.

991. 744 8.7.1. General It is acknowledged that this Service Levels may change as Client’s business needs evolve over the course of the contract period.

It is requested that service levels be defined in mutual consent of client and MSI based on business needs

The conditions mentioned in the RFP shall be applicable.

992. 749 Contract- Article 1

Query not clear.

Page 226: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

226

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

993. 723-724

8.4.2.2. Automatic Number Plate Recognition (ANPR)- Performance/Accuracy

Penalty Detection and conversion of number plates is highly dependent upon license plate as well as environmental conditions. Considering this the Penalty levied is very high. Hence we hereby request you to: 1) Kindly reduce the Penalty amount. 2) Penalties should be kept to 5% of the payable amount in the quarter

The conditions mentioned in the RFP shall be applicable.

994. 723-724

8.4.2.2. Automatic Number Plate Recognition (ANPR)- Performance/Accuracy

4. Speed Accuracy: should be +/ - 5% w.r.t actual speed of the vehicle

Speed Accuracy with +/ - 5% w.r.t actual speed of the vehicle is a standard for speed detection and penalty for this range will become a legal matter. Also, system should not be acceptable beyond this range (i.e. +/-5%) and a third party certification should be asked to prove the speed accuracy with this range.

The conditions mentioned in the RFP shall be applicable.

995. 723-724

8.4.2.2. Automatic Number Plate Recognition (ANPR)- Performance/Accuracy

Penalty Detection and conversion of number plates is highly dependent upon license plate as well as environmental conditions. Considering this the Penalty levied is very high. Hence we hereby request you to: 1) Kindly reduce the Penalty amount. 2) Penalties should be kept to 5% of the payable amount in the quarter

The conditions mentioned in the RFP shall be applicable.

996. 723-724

8.4.2.2. Automatic Number Plate Recognition (ANPR)-

4. Speed Accuracy: should be +/ - 5% w.r.t actual speed of the vehicle

Speed Accuracy with +/ - 5% w.r.t actual speed of the vehicle is a standard for speed detection and penalty for this range will become a legal matter.

The conditions mentioned in the RFP shall be applicable.

Page 227: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

227

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Performance/Accuracy

Also, system should not be acceptable beyond this range (i.e. +/-5%) and a third party certification should be asked to prove the speed accuracy with this range.

997. 723,724,725,72 7,728,730,735,736, 739

Volume 1, Section 8.4.2.1

Traffic Violation Detection System- Availability

As the penalty seems to be too high We request the authority to minimize the penalty mentioned for the non availability and non performance of each equipments

The conditions mentioned in the RFP shall be applicable.

998. 723,724,725,72 7,728,730,735,736, 739

Volume 1, Section 8.4.2.2

Automatic Number Plate Recognition (ANPR)- Performance/Accuracy “Detection Accuracy”:

As the penalty seems to be too high We request the authority to minimize the penalty mentioned for the non availability and non performance of each equipments

The conditions mentioned in the RFP shall be applicable.

999. 723,724,725,72 7,728,730,735,736, 739

Volume 1, Section 8.4.2.3.

Automatic Traffic Counter and Classifier (ATCC) – Availability “

As the penalty seems to be too high We request the authority to minimize the penalty mentioned for the non availability and non performance of each equipments

The conditions mentioned in the RFP shall be applicable.

1000. 723,724,725,72 7,728,730,735,736,

Volume 1, Section 8.4.2.4

8.4.2.4. Automatic Traffic Counter and Classifier (ATCC) – Performance/Accuracy

As the penalty seems to be too high We request the authority to minimize the penalty mentioned for the non availability and non performance of each equipments

The conditions mentioned in the RFP shall be applicable.

Page 228: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

228

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

739

1001. 723,724,725,72 7,728,730,735,736, 739

Volume 1, Section 8.4.2.5

Public Address System- Availability.

As the penalty seems to be too high We request the authority to minimize the penalty mentioned for the non availability and non performance of each equipments

The conditions mentioned in the RFP shall be applicable.

1002. 723,724,725,72 7,728,730,735,736, 739

Volume 1, Section 8.4.2.6.

Dynamic Message Sign (DMS) – Availability

As the penalty seems to be too high We request the authority to minimize the penalty mentioned for the non availability and non performance of each equipments

The conditions mentioned in the RFP shall be applicable.

1003. 723,724,725,72 7,728,730,735,736, 739

Volume 1, Section 8.4.2.7

Traffic Accident Recording System (TARS)– Availability

As the penalty seems to be too high We request the authority to minimize the penalty mentioned for the non availability and non performance of each equipments

The conditions mentioned in the RFP shall be applicable.

1004. 723,724,725,72 7,728,730,735,736, 739

Volume 1, Section 8.4.2.8

. Automatic Vehicle location System (AVL)– Availability “.

As the penalty seems to be too high We request the authority to minimize the penalty mentioned for the non availability and non performance of each equipments

The conditions mentioned in the RFP shall be applicable.

1005. 723,724,725,72

Volume 1, Section 8.4.2.9.

Passenger Information System (PIS)– Availability

As the penalty seems to be too high We request the authority to minimize the penalty mentioned for

The conditions mentioned in the RFP shall be applicable.

Page 229: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

229

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

7,728,730,735,736, 739

the non availability and non performance of each equipments

1006. 723,724,725,72 7,728,730,735,736, 739

Volume 1, Section 8.4.2.12.

Surveillance System– Availability As the penalty seems to be too high We request the authority to minimize the penalty mentioned for the non availability and non performance of each equipments

The conditions mentioned in the RFP shall be applicable.

1007. 723,724,725,72 7,728,730,735,736, 739

Volume 1, Section 8.4.2.19.

Command & Control Centre- Availability

As the penalty seems to be too high We request the authority to minimize the penalty mentioned for the non availability and non performance of each equipments

The conditions mentioned in the RFP shall be applicable.

1008. 723,724,725,72 7,728,730,735,736, 739

Volume 1 section 8.4.2.21

Data Hosting & IT Infrastructure- Availability

As the penalty seems to be too high We request the authority to minimize the penalty mentioned for the non availability and non performance of each equipments

The conditions mentioned in the RFP shall be applicable.

1009. 723,724,725,72 7,728,730,735,736,

Volume 1 section 8.4.2.24.

Application- Availability As the penalty seems to be too high We request the authority to minimize the penalty mentioned for the non availability and non performance of each equipments

The conditions mentioned in the RFP shall be applicable.

Page 230: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

230

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

739

1010. HR & Payroll System

Please provide the total number of users and concurrent users who are going to access the HR System

1. Refer to section in the addendum on number of employees. Assume 15% norm of concurrent users for HR module

1011. HR & Payroll System

Please provide the total number of employees for whom HR system would be used?

HR (establishment) Department of estimated 4 users in each entity & all employees as per data given in the addendum

1012. HR & Payroll System

Please provide the total number of users and concurrent users who are going to access the Payroll System

Query answered

1013. HR & Payroll System

Please provide the total number of employees for whom Payroll system would be used?

All employees

1014. HR & Payroll System

Kindly provide the total number of records or size of data to be migrated to the newly proposed solution for the HR and Payroll System. Kindly let us know if there is any existing system from which the data is to be migrated and its volume

Refer to Corrigendum.

1015. General EMS Query

Is it expected from bidder to supply HA & DR for Enterprise management tools (network, server, application monitoring etc & helpdesk)?

The RFP is self-explanatory.

1016. Scope of Work

In this model there will a centralized authentication services with provision for centralized user registration and user credential store.

Kindly confirm if the user Lifecycle will be managed or administered Centrally, such as User provisioning (On-Board), User De-Provisioning (Off-Board), one-shop-stop for easy access to all identity services for end users

The RFP is self-explanatory.

Page 231: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

231

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

1017. Scope of Work

Central Identity Management Service

Are you looking for virtual appliance of Identity and Access Management solution which would be helpful to save solution deployment time frame?

The RFP is self-explanatory.

1018. Scope of Work

Central Identity Management Service

Are you looking for solution to support Centralized dashboard providing a unique view of all identity lifecycle processes.

The RFP is self-explanatory.

1019. Scope of Work

User management service will cover user administrative functionalities like creation, propagation and maintenance of user identity and privileges.

Are you looking at administration of user accounts and their entitlements throughout the lifecycle of the relationship with the user and automate and streamline these processes associated with identity management across multiple application or OS\DB endpoints. Specifically, the following capabilities: • Automated provisioning • Centralized reporting of user entitlements • Delegated user administration • Integrated workflow • Password management • Registration services • User self-service

The RFP is self-explanatory.

1020. Scope of Work

10.8.3 Audits & Inspections Are you looking for User Management solution to provide advanced identity analytics to synthesize high volumes of end-user entitlements to identify users with excessive privileges and potential patterns or risk?

The RFP is self-explanatory.

1021. Scope of Work

Central Access Management Service

Are you looking for a solution to proactively identify potential access

The RFP is self-explanatory.

Page 232: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

232

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Authorization Authorization of system users should be enforced by access controls. It is recommended to develop access control lists. Consider the following approach for developing access control list - · Establish groups of users based on similar functions and similar access privilege. · Identify the owner of each group · Establish the degree of access to be provided to each group

risks of new or changed access rights and provide option to warn or prevent the access from being approved?

1022. Scope of Work

Central Identity Management Service

Kindly confirm the number of internal users and external users.

The RFP is self-explanatory.

1023. Scope of Work

10.6.3 Application Security Secure Authentication and Session Management control functionality shall be provided through a Centralize Authentication and Session Management Controls and Protect Session IDs from XSS

Are you looking for the capability which helps to prevent unauthorized users from hijacking legitimate sessions with stolen cookies.

The RFP is self-explanatory.

1024. Scope of Work

Single Sign-On service will centrally maintain user session thus preventing user from multiple login when trying to access multiple applications.

Please provide more details on type of applications and the platform Web based applicaitons are developed on ( e.g. java,.NET, AJAX, J2EE, ERP, etc framework ).

As per Bidder's Solution.

1025. Scope of Work

Single Sign-On service will centrally maintain user session thus preventing user from multiple login when trying to access multiple applications.

Kindly confirm if the solution should provide a federation platform (via SAML, OAuth, OpenID and WS-Federation protocol) that can be uniquely configured with each federation partner without requiring

As per Bidder's Solution.

Page 233: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

233

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

custom development?

1026. Scope of Work

Single Sign-On service will centrally maintain user session thus preventing user from multiple login when trying to access multiple applications.

Kindly confirm if the solution is expected to measure the user session for the web based application after authorization.

The RFP is self-explanatory.

1027. Scope of Work

10.8.3 Audits & Inspections Does solution need to generate the auditing report regarding user activities such as accessing the web based application .

The RFP is self-explanatory.

1028. Scope of Work

Single Sign-On service will centrally maintain user session thus preventing user from multiple login when trying to access multiple applications.

Are you looking for the SSO solution to support Enhanced social sign-on which enables users to access a federated resource using their social networking credentials instead of the federation system credentials. Kindly confirm?

The RFP is self-explanatory.

1029. Scope of Work

Single Sign-On service will centrally maintain user session thus preventing user from multiple login when trying to access multiple applications.

Does these multiple web based applications need to be accessed by user in seamless manner in the same user session . Kindly confim number of internal and external users.

The RFP is self-explanatory.

1030. 3.7.1 E-Governance Query not clear.

1031. ERP Query not clear.

1032. KPI and Dashboard requirement Query not clear.

1033. 3.7.1.1 Exhibit 15: BMC Municipal Service Applications

Details of these application for Integration feasibility as well as solution analysis

The RFP is self-explanatory.

1034. 3.7.1.2 Municipal Portal Will this be exposed to Citizen also? Yes.

1035. 172 ICOMC_MSI_RFP_BBSR, Section 2.5, 2.5.1

ORSAC is undertaking a survey to Geo tag property data. This will be available from the property tax and building plan

This implies that GIS Survey and data collection , asset mapping are NOT part of this RFP. Pls confirm

Data collection requirements are clarified in query above.

Page 234: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

234

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

module. Other GIS surveys such as Asset mapping are not part of this RFP, but all modules have to be GIS enabled.

1036. 5.5.3. Solid Waste Management Functional Requirements Solid Waste Tracking Module (Vehicle and Bin FR 5.1479

Foul smell detection sensors/ Animal repellent sensors to be installed at select locations to the garbage bin to detect the quality of air being released into the atmosphere.

Is there anything called as an 'Odor Sensor' or a 'Smell Detector' ? What we have come to know from the market is that these are generally Lab equipments which are bulky and cannot be connected to the Waste BIN always. Thay are also very expensive. They do not have a medium to communicate to the CCC on wirelss also. Kindly advsie. We request that this Foul Smell Sensor requirment be removed from the scope of work. We would also like to know which Animals are you reffering to in the Animal Repellent Sensors.It is Rats/ Rodents/ Cats/ Dogs ? kindly advise.

Refer to Corrigendum.

1037. 196 ICOMC_MSI_RFP, Section -5, technical requirements, 3.6.2 Architecture and data flow

At the node, there will be dedicated infrastructure like Network Video Recorder (NVR) that will be connected to the CCTV surveillance system for recording purposes.

In the RFP the Surveillnace design is envisaged to be NVR based where the physical Network Video recorder to be placed at some nodal point. Fo such a massive requirement of surveillance we suggest to go for Server -client based architecture where all the recorder hardware, application and database server will be housed in the central location (data center enviromnent) to have better

The conditions mentioned in RFP shall be applicable.

Page 235: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

235

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

performance of the system.

1038. 197 Section 5 – Technical Requirements

E-Governance and ERP system shall support integration with Aadhar card as well as digital and electronic signature for applicable services

Aadhaar card support require intraction and support from UIDAI. Do your existing modules have API integration with UIDAI. If yes we need API's for UIDAI interaction. If no, we need government support for UIDAI interation for developing the interface

The RFP is self-explanatory.

1039. 198 3.7.1.1. E-Governance System

To achieve this vision, it is proposed that the MSI have a strong back-end IT application such as a COTS or reputed ERP system. The operation & maintenance functions are of prime importance to the BMC. The core ERP with work flow enabled operation and maintenance functions is essential.

Please clarify, the O&M functions of prime importance referred here are with respect MSI offered solution only and does not include day to day municipal works like clenaing of sewage, water treatment plants, etc (any such kind of tasks or other civil wok)

Civic functions are part of O&M.

1040. 200 ICOMC_MSI_RFP_BBSR, Section 3.7.1.1, E-Governance System

Integration Interfaces In order to clear the scope of integration, please provide the clarity on the below mentioned integration touchpoints- 5.8 - Various State systems as per implementation requirements 5.9 - More Systems for integration can be added during implementation

Refer to Addendum.

1041. 200 ICOMC_MSI_RFP_BBSR, Section 3.7.1.1, E-Governance System

Foundation Layer Document Management System including File Tracking

As per the RFP, department has the requirement of File Tracking System. Therefore, we strongly feel that following features should also be part of the required File Tracking System:

Refer to Corrigendum.

Page 236: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

236

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

So based on our experience of working with various Govt organizations in India, we strongly feel that BSCL has the requirements for File/DAK Management system with below mentioned features: • File/DAK Management System should be based on Manual of office Procedure (MOP from DARPG- Department of Administrative Reforms And Public Grievances) • DAK/File Management with features like online DAK/File register etc. • Whitehall based file movement (File view with all Documents are shown on one side and Green NoteSheet on other side) • Supports for Green Note sheet • Secure notes and annotations. • Should be based on Enterprise Content Management & Business Process Management framework.

1042. 200 ICOMC_MSI_RFP_BBSR, Section 3.7.1.1, E-Governance System

Integration Interfaces In order to clear the scope of integration, please provide the clarity on the below mentioned integration touchpoints- 5.8 - Various State systems as per implementation requirements 5.9 - More Systems for integration can be added during implementation

Query answered earlier

1043. 201 3.7.1.1/3- There are several stand-alone IT The detailed FR provided in the The RFP is self-explanatory.

Page 237: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

237

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Governance systems created over time under the JNNURM & NMMP programs. Some of them are: Birth & Death • Trade Licenses • RTI • Legal • Welfare schemes • Building plan approval & common application form • Property tax • Solid waste management • Grievance redressal modules The MSI may examine these initiatives and where possible integrate them seamlessly with the proposed solution. The specifications given in this RFP are the functional requirements of BMC and the MSI should study the same, see the efficacy of current systems and then utilize, modify or replace existing systems. The MSI has to study the working of the BMC, suggest and discuss BPR and then come to the to-be processes

RFP details about the requirement of BMC. We request to provide the Functionality Covered under the existing system developed under various other schemes. Also please provide the Technology used (Front End & Back end system) for existing systems. Is source code & documentation available with BMC/BSCL?

1044. 202 3.7.1.2. ERP System

ERP SYSTEM Who is expected to maintain the ERP system with regular updates and upgrades.

The RFP is self-explanatory.

1045. 203 Section 3.7.1.2

Over Head Costing, work Order Costing

Query not clear.

1046. 204 3.7.2/Solid Waste Management System

Following business requirements shall be met by solid waste management system: • The smart solid waste management system shall

We understand that Solid Waste Management System has already been implemented in BMC and MSI needs to integrate the same with Smart Governance Solution to be

The conditions mentioned in RFP shall be applicable.

Page 238: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

238

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

enable the level of solid waste, recycled waste, to be remotely monitored using wireless sensors installed inside the waste bin. • The waste collection shall then be managed via a web portal from ICOMC. • RFID based system shall allow real-time tracking of waste collection system

implemented. API of the same shall be provided by BSCL

1047. 205 3.7.3. Multi-Services Digital Kiosk

M ulti-Service s Digital Kiosk shall provide various services and information to citizens, visitors, as well as BSCL staff, integrated using one common plat form .

BSCL to provide detailed Requirement for same.

The conditions mentioned in RFP shall be applicable.

1048. 205 3.7.3. Multi-Services Digital Kiosk

Using the Multi-Services Digital Kios k, citizens shall be able to avail multiple city services integrated via the e governance platform plus shall provide the capability for bill

BSCL to provide detailed Requirement for same.

The conditions mentioned in RFP shall be applicable.

1049. 205 3.7.3. Multi-Services Digital Kiosk

Integrat ed Multi-Services Digital Kiosk shall include the following in one integrated structure - emergency call but ton, touch screen for citizen services wit h payment options (integrated with Common Payment Plat form , e-wallets, debit and credit card), CPC reader (with additional security features such as PIN}, bill/ticket printer, integrated CCTV, Wi Fi and Solar Panel

BSCL to provide detailed Requirement for same.

The conditions mentioned in RFP shall be applicable.

Page 239: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

239

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

with batteries, plus additional space for static ad vertising/ promotions .

1050. 205 3.7.3. Multi-Services Digital Kiosk

M ulti -Servi ces Digital Kiosk shall also include capabilities for providing services to differently abled users.

BSCL to provide detailed Requirement for same.

The conditions mentioned in RFP shall be applicable.

1051. 205 3.7.3. Multi-Services Digital Kiosk

Standalone Multi-Services Digital Kiosk shall be a standalone structure with following components: touch screen for citizen services with payment options (integrated with Common Payment Platform, e-wallets, debit and credit cards), CPC reader (with additional security features such as PIN), bill/ticket printer etc.

BSCL to provide detailed Requirement for same.

The conditions mentioned in RFP shall be applicable.

1052. 205 RFP Vol I, Section 5 - "Technical Requirements"

Integrated Multi-Services Digital Kiosk shall include the following in one integrated structure – emergency call button, touch screen for citizen services with payment options (integrated with Common Payment Platform, e-wallets, debit and credit card), CPC reader (with additional security features such as PIN), bill/ticket printer, integrated CCTV, Wi-Fi and Solar Panel with batteries, plus additional space for static advertising/promotions.

BSCL to provide details for Payment Gateway integration.

CPC integration details will be provided to successful Bidder.

1053. 205 RFP Vol I, Section 5 -

Standalone Multi-Services Digital Kiosk shall be a standalone

BSCL to provide details for CPC Card.

CPC integration details will be provided to successful Bidder.

Page 240: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

240

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

"Technical Requirements"

structure with following components: touch screen for citizen services with payment options (integrated with Common Payment Platform, e-wallets, debit and credit cards), CPC reader (with additional security features such as PIN), bill/ticket printer etc.

1054. 207 Project Kusum (E3C), Smart Classrooms and e-Primary Healthcare System and FR 5.1738

e – Primary Health System: Robust IT platform for integrating citizen's record available in various public offices to their unique ID for providing health, social welfare and care.

Please confirm if there is a requirement for centralised Telemedicine application and infrastructure so that all the citizen's health records can be mainted on a central portal for easy access and future reference

Kindly refer Corrigendum

1055. 207 Project Kusum (E3C), Smart Classrooms and e-Primary Healthcare System

Technical support in implementation of e-Primary healthcare system and strengthening of Mother Child Tracking System (MCTS).

Please confirm as part of this functionality, if there is requirement for ANI Maternity Index and maternal care integration, wherein , all the data is captured offline by Anganwadi workers and this data automatically syncs with the central health telemedicine portal as soon as network is available. This will help reduce infant mortality rate and increase the effectiveness of the Mother child tracking system

Yes

1056. 207 Project Kusum (E3C), Smart Classrooms and e-Primary Healthcare System

Technical support in implementation of e-Primary healthcare system and strengthening of Mother Child Tracking System (MCTS).

Pls. confirm if there is a requirement for establishing any two way video communication between the e-primary Healthcare site and field workers at Anganwadi site for effectiveness of communication.

The RFP conditions are self-explanatory

1057. 196 3.7.1. E-Governance

E-Governance and ERP system shall have the capability for

How customer is going to address the requirement of printouts in

Refer to Addendum.

Page 241: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

241

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

and ERP System

printing of all bills generated by any module.

below departments. Did not see Printer included for E-Governance/Citizen Facilitation Centre (CFC). Requesting customer to clarify details for Printer.

1058. 173 ICOMC_MSI_RFP, Section 5, 2.6

Dial 108 (Ambulance) control room is operated from IDCO tower, Bhubaneswar. Entire infrastructure for control room including system are owned by NHM, Bhubaneswar and operated by Ziqitza Health Care Limited. Average response time of the ambulance is currently estimated at 20 minutes for urban areas (cities & towns), 25 minutes for semi-urban areas (BBSR rural & outer periphery of urban) and 30 minutes for Rural areas (Block & Tahseel). Response time is calculated from the time of the call received till the ambulance reaches the incident location Dial 100 (Police) Control Centre is maintained by trained police staff located at Police Commissionerate Bhubaneswar-Cuttack There are 33 Police Control Room (PCR) Vans are dedicated to respond to distress calls received at dial 100 control centre. A team of 24 staff headed by ADCP manages the Control Centre. 24/7 operations are carried out. Peak call traffic

Need clarity on how incidents are tracked, is there any existing application running?

Yes

Page 242: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

242

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

hours are between 14:00 and 22:00, during which maximum staff are deployed to handle the calls. Operations between 22:00 and 06:00 are handled by minimum staff. Twenty one Police stations in the Bhubaneswar city limits are managed from the centre. On an average, 2,200 daily calls are handled by the staff addressing various issues and required assistance are provided.

1059. 173 2.6 ICOMC We understand that necessary Power, Water and storage shall be provided by the client at ICOMC locations. Kindly confirm.

Please refer to Section 6.2 on Page 718 on Client responsibility. Anything that is not mentioned in this section is the responsibility (including cost) of the Bidder.

1060. 173 Section 5 – Technical Requirements

"Other GIS surveys such as Asset mapping are not part of this RFP, but all modules have to be GIS enabled"

Do you have existing functional asset tracking module, if yes, we need to perform similar functionality in our system as this is the integral part of the GIS platform

No

1061. 172-173

ICOMC_MSI_RFP_BBSR, , Section 2.5.2

Authority intends to implement a GIS/GPS enabled Solid Waste Management System to automate the entire process including online tracking of waste collection vehicles,

Is this under the present RFP scope of implememntaion? If yes, where should we put the "cost" of the same?

Yes. Refer to Note 4 on Page 134 of bid document.

1062. 400 5.1 All cameras shall have an operating temperature range of 0°C to +60°C (14°F-40°F to 122°F) at humidity: 5% -95% RH.

Please reduce the upper limit of operating temperature to 50 degree C

The conditions mentioned in the RFP shall be applicable.

1063. 402 FR 5.21 Social Media Engagement Tools : New tools to improve

Please let us know if you would like to explore the possibility of using a

As per Bidder's Solution.

Page 243: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

243

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

interaction with social media Social Media Engagement and Interaction tool that is hosted solely on Public Cloud as the social data from Facebook,Twitter, etc are already public

1064. 402 Section 5.5.1. E-Governance System

FR 5.21 - Social Media Engagement Tools: New tools to improve interaction with social media

Please provide details of which social media tools are expected?

As per Bidder's Solution.

1065. 403 Section 5 – Technical Requirements

FR 5.25 - BMC Website app: The site should allow for the download of a BMC website app. The app should be compatible with Android and iPhones.

Please specify the Version for Android and iPhones. The version of development and deployment shall remain same till Go-Live

The app should be compatible with current and later versions of android and iPhones (including tablets).

1066. 403 Section 5 – Technical Requirements

FR 5.26 - Compatibility: Site must be compatible with Google Chrome, Microsoft® Internet Explorer 8.0 or higher, Microsoft Edge, Mozilla Firefox, and Safari 5.0 or higher. FR 5.30 - HTML Compliance: Full compliance with HTML 5.0 or higher.

FR 5.30 states Full compliance with HTML 5.0 or higher. Using HTML 5.0 on IE 8.0 does not support many features such as tokenizer, dynamic search, parssing feature like MathML. For Full complaince the HTML 5.0 we need IE 11 or higher. Could you please change either HTML 5.0 requirement or FR 5.26 Compatibility to IE 11

The conditions mentioned in RFP shall be applicable.

1067. 404 Section 5.5.1. E-Governance System

FR 5.59 - Payment Acceptance - Any other

Please specify Other applications requiring payment acceptance process

Citizens may make payment for many services. A few are listed below: 1. NOC 2. Market Toll 3. Yatri Niwas 4. Kalyan mandap 5. Hoarding license fee 6. Mahayatra 7. Cesspool 8. Water tankers

Page 244: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

244

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

9. User fees 10. Crematorium 11. Slum qtrs. 12. Road cutting charges 13. Working women’s hostel 14. Recovery 15. Ambulance 16. Mutation fees

1068. 404 Section 5.5.1. E-Governance System

FR 5.64 - It shall be a state of the art portal

Please provide details regarding state of the art portal

The RFP is self-explanatory.

1069. 406 ICOMC_MSI_RFP_BBSR, FR 5.75

The various users shall be authenticated from the common LDAP server for which the roles will get assigned from the server. Depending on their roles and responsibilities, the respective users should be taken to their respective home. The layer shall visually integrate the applications in place with single-sign-on implemented. LDAP roaming profile shall ensure seamless mobility of the user.

Please clarify, do you want to store user details of the citizens in the common LDAP or the internal department user?

Yes. Internal and Citizens.

1070. 409 Citizen Portal- FR 5.96

Career: The site should have a career section which should accept online job application that would be fed directly into the HRM system.

Should the system be propsed to handle the recruiting management or only the candidates who have applied through the Portal data to be pushed to HR system

No recruitment management system is currently in scope. The data is to be pushed via e-mail or work flow to the HR department

1071. 424 ICOMC_MSI_RFP_BBSR.p df, Section FR 5.270, FR 5.290

Property and Holding Tax, Welfare Schemes

For citizen services like eligibility of welfare schemes or calculation and self assessment of taxes providing a guided questionnaire based self service app through smartphones and tablet along with a portal based service is suggested. The

The RFP is self-explanatory.

Page 245: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

245

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

app/portal should be dynamic in nature and respond to rules and regulations governing such welfare schemes and taxes automatically without any effort from IT. The rules and regulations should be defined in simple english in Word and Excels which are easy to use and can be managed by Business Users without any intervention of IT. Such solutions are available as hybrid models with cloud (catering to citizen interaction through dynamic questionnaire, forms) and on-premises (backend calculation and compute engine). Will such a solution that handles automation of Policies be acceptable to BSCL. Can the number of users who will monitor such systems be shared. A solution like this can be used for any rule and policy based scenario where rules will be written in english and managed by Business without any IT intervention.

1072. 433 Section 5, Technical Requirements

Mobile App for Citizen We believe that department requires various mobile apps to be developed under the project under various modules to cater G2C, G2G & G2 B services. Kindly confirm how department will ensure that applications will work fine on real mobile devices with 2G/3G/4G network conditions. Hence we suggest department that

The RFP is self-explanatory.

Page 246: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

246

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

the mobile app should be tested on 2G, 3G and 4G mobile internet speeds so as to get the improvised app quality. Also confirm how the testing of mobile apps is planned whether on real devices or Emulators?

1073. 434 ICOMC_MSI_Service , FR 5.345- Analytics Engine

The system should provide DIY (Do it yourself) data analytics platform based on the philosophy of analytics for all. The platform should provide a simple query bar and users can input their analytics requirements in simple English sentences. This offers enormous ease and ability to any kind of user irrespective of IT knowledge to mine high level analytics reports from the service data. The system should consume structured, semi structured and un-structure data to offer capabilities like deep web analytics. The system should offer advanced abilities such as: 1. Prescriptive analytics 2. Predictive analytics 3. Diagnostic analytics

Request to change the clause as below: The system should provide DIY (Do it yourself) data analytics platform based on the philosophy of analytics for all. The platform should provide a simple query bar and users can input their analytics requirements using a DRAG and DROP functionality. This offers enormous ease and ability to any kind of user irrespective of IT knowledge to mine high level analytics reports from the service data. The system should consume structured, semi structured and un-structure data to offer capabilities like deep web analytics. The system should offer advanced abilities such as: 1. Prescriptive analytics 2. Predictive analytics 3. Diagnostic analytics

Refer to Corrigendum.

1074. 437 FR 5.376 All the GIS layers are already available with BMC and the MSI is expected to create a web service according to the

Updates can be free of cost. Upgrades will be done on chageable basis(if required), Since MSI will not be able to trace the

Since this is a long term contract, upgrades are required. MSI to include upgrade requirements including costing as part of the bid

Page 247: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

247

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

following requirements and publish it, along with customization of the application to integrate with e-governance and ERP modules and query modules. The MSI has to update the GIS data in the AMC period.

upgrades available in the market and cost factor for the same.

submission.

1075. 448 Section 5.5.2 ERP System

FR 5.443 Provide functionality for automated consolidation of accounts with out of the box functionality for setting-off of inter business entity payables and receivables consolidation of investments and multi-currency valuation

Pl clarify: 1. What kind of account consolidation is expected and what is the out-of-box feature desired for the same

The RFP is self-explanatory.

1076. 448 Section 5.5.2 ERP System

FR 5.447 Payments and Bank Reconciliation - Cash Management forecast functionality - Bank Transactions including reconciliation

Pl clarify: 1. Is any data analytics expected for Cash forecasting. If yes request to elaborate 2. For Bank reconciliation Integration with how many banks is expected.

1. Basic cash management forecasting is required. 2. All the bank accounts of a given agency have to be integrated.

1077. 448 Section 5.5.2 ERP System

FR 5.452 Re-valuation of balances and open transactions in foreign currency according to local and global accounting standards

Pl clarify: 1. The compliance to which International accounting standards is expected.

The RFP is self-explanatory.

1078. 450 Section 5.5.2 ERP System

Out of the box functionality for online inquiries on vendor balances on various parameters and statuses

Pl clarify: 1. What out of box functionality is expected. The requirement is not clear

The RFP is self-explanatory.

1079. 465 Section 5.5.2. ERP System

FR 5.807 - The E-Procurement system should adhere to stringent security norms like SSL, firewall and other security

Please provide details regarding other security guidelines

The RFP is self-explanatory.

Page 248: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

248

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

guidelines

1080. 466 5.5. 2 - ERP system

E tendering Does the assumption right that state level e procurement solution would be used and it will be integrated with proposed ERP ?

MSI to propose eProcurement module as per RFP specifications.

1081. 467 ICOMC_MSI_RFP_BBSR.p df, Section FR 5.834 - 5.902

E-Tendering E-Tendering and sourcing solution is available as a User Subscription based SAAS in cloud. It provided registration to unlimited number of bidders with self registration option, all the required access for participating in tenders, required analysis of each tenders and awarding mechanism for RFI, RFP, 2 stage bidding (sealed) etc. The whole process can be managed offline using Excel based templates. Will such a solution be acceptable to BSCL. Please also provide the number of BSCL users who will use such a solution.

The conditions mentioned in RFP shall be applicable.

1082. 470 5.5. 2 - ERP system

E tendering, FR 5.887, FR 5.888 Is this really required ? Please confirm

The RFP is self-explanatory.

1083. 479 FR 5.986 Document Management: Integration for drawings, technical specifications and other relevant project documents.

Is there a requirement to visualize the drawings in 2D/3D format for online reviews and markups?

The RFP is self-explanatory.

1084. 481 FR 5.1007 BMC requirement to analyse work in progress by planned asset class to ensure prompt recovery of capital taxation allowances.

What is the analysis and metrics required? Please provide examples

The RFP is self-explanatory.

1085. 481 FR 5.1008 BMC requires estimating, plan & capturing opex impact of capital

Does it mean that the distribution of capital investment is required over a

The RFP is self-explanatory.

Page 249: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

249

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

investment. time period?

1086. 481 FR 5.1009 BMC may have some assets where value requires calculating/grossing up as provided by 3rd party.

Query not clear.

1087. 481 FR 5.1010 Integrated Planning and Tracking: BMC requires detailed financial integration including budgeting, cost planning and actual costs confirmations and commitments from various sources.

Query not clear.

1088. 481 FR 5.1012 Development Collaboration requires to optimize a cross-enterprise asset/project development with internal and external teams including the sourcing of complex components. This requires a consistent central storage of all relevant data during the entire collaboration process and a secure integration of external partners and suppliers.

Query not clear.

1089. 482 5.5. 2 - ERP system

HR & Payroll - FR 5.1018 Is it safe to assume that all employees i.e. 1000 should be able to do ESS related work

Query addressed before.

1090. 482 FR 5.1018 Employee Self Service: Total Users to be given access to the application

Query addressed before.

1091. 482 FR 5.1016 Integration with e-Tendering Query not clear.

1092. 483 5.5. 2 - ERP system

HR & Payroll - FR 5.1019 How many should have Manager self service role out of 1000 ?

Query addressed before.

1093. 483 FR 5.1019 Manager Self Service: Total Users to be given access to the application

Query addressed before.

Page 250: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

250

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

1094. 485 HR & Payroll System

Time and Attendance Please provide the methodology for the capturing of the Attendance of employees. Kindly let us know from how many source the attendance data would be provided and in which format and frequency to upload into the system.

Manual & Biometric

1095. 487 5.5. 2 - ERP system

Water utility management and billing

how many consumers are planned for water utility billing software ?

Module out of scope. Refer to Corrigendum.

1096. 491 5.5. 2 - ERP system

FR 5.1087 - provision to interface with AMR

Is it really AMR meters are planned ?

Module out of scope. Refer to Corrigendum.

1097. 491 ICOMC_MSI_RFP_BBSR.p df, Section FR 5.1083.

Collecting meter readings in the metering database

Please mention the total number of meters, interval of data collected, billing petriod and breakup pof smart, electronic and mechanical meters

Module out of scope. Refer to Corrigendum.

1098. 493 5.5. 2 - ERP system

FR 5.1101 - Installation of AMI Is it part of scope of this tender ? Module out of scope. Refer to Corrigendum.

1099. 497 ICOMC_MSI_RFP_BBSR.p df, Section FR 5.1172.

Water Billing Customer Categories

Please mention the billing interval for all types of customers and the data collection rate

Module out of scope. Refer to Corrigendum.

1100. 502 5.5. 2 - ERP system

Electrical utility management and billing

This is being or will be done by CESU utility in bhubneswar. Is this really part of scope ?

Module out of scope. Refer to Corrigendum.

1101. 502 5.5. 2 - ERP system

Electrical utility management and billing

How many electricity consumers will be billed ?

Module out of scope. Refer to Corrigendum.

1102. 502 ICOMC_MSI_RFP_BBSR.p df, Section FR 5.1213 n FR 4.12.4

Customer Service Management: Please tell us the total no residential, commercial , industrial and bulk consumers with respective meters, their interval data collection and billing peiod

Module out of scope. Refer to Corrigendum.

1103. 515 5.5. 2 - ERP system

Load forecasting reports Would load forecasting be done by BSCL system?

Module out of scope. Refer to Corrigendum.

Page 251: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

251

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

1104. 517 ICOMC_MSI_RFP_BBSR, Section FR 5.1381

Identity Provider: Active Directory Services (ADS) on MS-Windows Server 2012 R2 Standard Edition.

Can we propose any other Identity Provider? If so, please remove the product name and the OS.

The conditions mentioned in RFP shall be applicable.

1105. 518 5.5. 2 - ERP system

Bi lingual support Is it mandatory to provide user interface in Oriya ?

Yes.

1106. 518 5.5. 2 - ERP system

Any where access which application should be available on mobile ?

The RFP is self-explanatory.

1107. 518 ICOMC_MSI_RFP_BBSR, Section FR 5.1384

The ESB supports message record/ replay capability, DFDL standards-based parser for text and binary data, many programming languages (Java, ESQL, PHP, C#, VB, F#, C++) including .Net, natively web services, Graphical Data mapping for transforming XML, text, and binary data, transaction management (Automatic, Commit, Rollback), SSL, SFTP, and LDAP etc.

Please remove the DFDL as it is favoring ot a perticular vendor.

Refer to Corrigendum.

1108. 518 FR 5.1390 Bi-Lingual Support: Application shall support at least Unicode 5.1/ 6.0 standard based Tri-lingual versions for user interface. It is expected to be in the Oriya, Hindi and English (India) languages.

Query not clear.

1109. 519 5.5. 2 - ERP system

ECM/Document management system

How many users will be actually using ECM to create, edit or upload documents or files ?

Assume industry standards for similar organizations

1110. 519 Technology Standards

The Integrated e-Office application should also function on the low bandwidth (64 Kbps/ GPRS).

Please specify the list of all the functionalities which need to be accessed in 64Kbps of bandwidth.

Refer to Corrigendum.

Page 252: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

252

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

1111. 520 ICOMC_MSI_RFP_BBSR, Section 5.5.1, E-Governance System, Functional Requirement FR 5.1397

Enterprise Content Management (ECM) System/Document Management System

As per mentioned in the RFP document, scanning of physical documents and uploading the electronic documents into the Document Management System is one of the key requirement of the RFP. Therefore, we recommend that the scanning solution should have support for the following features: • Both bulk and web scan capabilities • Automatic extraction of data using OCR • Automatic file and document separation using blank separator, barcode separator and fix • Automatic correction of parameters like improper resolution, format/ compression not proper, skew, wrong orientation, error in automatic cropping, punch hole marks etc. during scanning Please confirm our understanding.

Refer to Addendum.

1112. 520 ICOMC_MSI_RFP_BBSR, Section 5.5.1, E-Governance System, Functional Requirement FR 5.1397

Number of Scanning Locations Please provide clarity on the number of locations from where the scanning activity will be carried out.

Four (4) head-offices, (1) CFC and three (3) zone offices.

1113. 520 5.5.1 / E-Governance System

ECM/DMS - Facility to Scan and Upload • Paper documents • Photos

Please clarify the number of locations and users where scanning will be carried out.

Query addressed before.

Page 253: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

253

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

• Email communication • Any other document;

1114. 521 ICOMC_MSI_RFP_BBSR, Section 5.5.1, E-Governance System, Functional Requirement, FR 5.1416

Workflow for routing and tracking of documents, messages and Forms

Request you to please share some of the sample process flow along with the forms which needs to be implemented using workflow management system.

The RFP is self-explanatory.

1115. 521 ICOMC_MSI_RFP_BBSR, Section 5.5.1, E-Governance System, Functional Requirement, FR 5.1416

Workflow for routing and tracking of documents, messages and Forms

Workflow Management System is one of the most important requirement of this RFP. All the workflows mentioned in all the modules will be configured over Workflow Management System. Therefore, the Workflow engine should be configurable in order to provide the flexibility in terms of making changes in the existing workflows, adding new workflows, changing routing rules, introducing new business rules, etc. So our recommendation is that the department needs COTS based Business Process Management (BPM) platform having the capabilities of graphically modeling the processes or workflows, in built Form designer, process simulator, configurable Business Activity Monitoring tool (Dashboards) and integrated Document Management System for storing documents. Please confirm.

The RFP is self-explanatory.

1116. 521 Enterprise The system shall have a native Please provide the total number of E-gov applications and operation &

Page 254: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

254

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Content Management (ECM) System / Document Management System

iOS and Android based mobile/tablet app for easy access of the information (document) while users are on the move

applications that need to be implemented on Android or IOS Mobile Apps

maintenance modules as per the RFP & addendum

1117. 522 ICOMC_MSI_RFP_BBSR, Section 5.5.1, E-Governance System, Functional Requirement, FR 5.1452

Support for creation, declaration, classification, retention and destruction of business records

As mentioned in the RFP document, regarding Record Management to maintain historical records. So with this our understanding is that the department requires the integrated Records Management System for management of physical and electronic records which has the below mentioned capabilities: a. Capability to define retention policy, disposition policy etc. b. Capability to capture details about the electronic as well physical records including warehouse location, box no etc. c. Capability to track Physical records movement d. Compliance with standards like DoD 5015.2, ISO 15489, VERS etc. Please confirm our understanding.

The RFP is self-explanatory.

1118. 524 FR 5.1479 Foul smell detection sensors/ Animal repellent sensors to be installed at select locations to the garbage bin to detect the quality of air being released into the atmosphere

Please list out the number of locations foul smell sensors are required?

Refer to corridendum.

1119. 535 FR 5.1658 During maintenance phase MSI Updates can be free of cost. The RFP is self-explanatory.

Page 255: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

255

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

should provide upgrades, patches, fixes, security patches and updates of the application software.

Upgrades will be done on chageable basis(if required), Kindly confirm the same. Since MSI will not be able to trace the upgrades available in the market and cost factor for the same.

1120. 535 FR 5.1660 MSI is responsible for the day to day operation & maintenance of the application which includes Frontend Modification (if any), Database related queries (Scheduling, backup), maintenance of the Database, and the Customization of report’s format (if required) during the contract period

Customization will be done on chageable basis

The conditions mentioned in RFP shall be applicable.

1121. 536 Sec 5 / FR 5.1663

MSI has to get the application security audited by the CERT-IN empanelled Security Agencies.

We understand this is not a mandatory requirement before Go-Live, and can be conducted within 2 years of Go-lIve

The RFP is self-explanatory.

1122. 537 Sec 5 / FR 5.1664

MSI has to address all the compliances raised by the Security Agency and handover the security audited certificate before hosting in the OSDC.

We request you to kindly the list of all applicable compliances, so that everyone is on the same

The conditions mentioned in RFP shall be applicable.

1123. 541 ICOMC_MSI_RFP_BBSR,

Printing of any receipts and bus tickets

Please define what are any receipts?

The RFP is self-explanatory.

1124. 541 ICOMC_MSI_RFP_BBSR,

Printing of any receipts and bus tickets

How does the verification will happen at the bus using ETM?

Refer to Corrigendum.

1125. 541 ICOMC_MSI_RFP_BBSR, FR 5.1665

• Wi-Fi access point Is Wi-Fi shall be fixed inside the KIOSK or outside the KIOSK

As per Bidder's Solution. Overall requirements shall be met as per RFP.

1126. 541 RFP Vol I, Section 5 - "Technical

Charging Slots Kindly clarify the type of charging slots required whether mobile phone charging cables or electrical

As per Bidder's Solution. Overall requirements shall be met as per RFP.

Page 256: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

256

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Requirements" sockets required.

1127. 541 RFP Vol I, Section 5 - "Technical Requirements"

Static Advertisement around three faces

We would like to know whether the same is required for the kiosk or a cabin.

The RFP is self-explanatory.

1128. 541 5.5.4. Multi-Services Digital Kiosk FR 5.1669

The Emergency Call Button (ECB) shall have the capability to trigger emergency communications with ICOMC. As the Emergency Call Button is pressed, the call should land up to the operator at the ICOMC from where it may be routed to the concerned department.

Number of operator desk at ICOMC to be considered for Emergency call handling? Minimum number of simulteneous Emergency calls handing/transfer to other department capacity to be considered?

The RFP is self-explanatory.

1129. 541 5.5.4. Multi-Services Digital Kiosk FR 5.1669

The Emergency Call Button (ECB) shall have the capability to trigger emergency communications with ICOMC. As the Emergency Call Button is pressed, the call should land up to the operator at the ICOMC from where it may be routed to the concerned department.

Number of operator desk at ICOMC to be considered for Emergency call handling? Minimum number of simulteneous Emergency calls handing/transfer to other department capacity to be considered?

Minimum 10 operators desks will be required.

1130. 541 3.7.3 Integrated Multi Services Digital Kiosks shall have integrated: • Emergency Call Button (ECB) • PTZ CCTV • Wi-Fi access point • Common Payment Card (CPC) • Ability to pay bills using e-wallet, debit card and credit card. • Touch Screen for availing citizen services with in-built interactive platform • Integration with environmental sensors to

Since there is no separate BOQ for Kiosk associated items in RFP BOQ. Is Bidder need to provide additional Quantity for PTZ camera, Wifi AP, Solar Panel and Switch for Kiosk over and above qty menetioned in other line items in RFP BOQ, pl. clarify for estimation purpose?

Yes.

Page 257: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

257

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

display information from various sensors • Solar Panel with batteries • Charging Slots • Static Advertisement around three faces • Microphone • Speaker • Keypad for entry of PIN for authentication • CPC reader • Printing of any receipts and bus tickets • All these components shall be supplied as part of the integrated multi services digital kiosk.

1131. 542 Integrated Multi-Services Digital Kiosk

PTZ CCTV We would like to know whether the PTZ CCTV shou ld be integrated inside the kiosk or at site. For int egrating inside the kiosk for capturing face of the person during transaction, a standard HD camera will suffice.

The RFP is self-explanatory.

1132. 542 Int egrated Multi-Services Digital Kiosk

Wi·Fi accesspoint We would like to know whether the Wi-Fi access point is required for the site or should it be integrated inside the kiosk. A Kiosk can have a Wifi dongle to connect to the Access point on the site for connect ivity.Kin dly let us know the technical specs of the CPC card in order to integrate an appropriate reader

The RFP is self-explanatory.

1133. 542 Integrated Multi-Services Digital Kiosk

Common Payment Card (CPC) inside t he kiosk. We would suggest to have the kiosk with the functionality of

The RFP is self-explanatory.

Page 258: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

258

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

dispensing the CPC card and recharge the card throughthe kiosk itself.

1134. 542 Integrated Multi-Services Digital Kiosk

Ability to pay bills using e·walle t, debit card and credit card.

We would like to suggest that the kiosk should have the feature of accepting payments through cash and Cheque as wel l.

The RFP is self-explanatory.

1135. 542 Integrated Multi-Services Digital Kiosk

Solar Panel with batteries We would like to know whether Solar panel will be installed at the site and not on the kiosk. We understand that the kiosk will be inside the cabin and Solar panel will be installed on the roof of the cabin. Kindly clarify the same.

The RFP is self-explanatory.

1136. 542 Integrated Multi-Services Digital Kiosk

Integrated Multi-Services Digital Kiosk enclosure shall have the space to house all the hardware equipment required for the Multi-Services Digital Kiosk including switches, sola r panel, batteries, printer for receipts and other associated accessories. All the wiring shall be concealed within the Multi-Services Digital Kiosk enclosure and shall not be visible from outside.

We understand that the kiosk will be inside the cabin and all Hardware equipments will be installed inside the cabin. Kindly clarify the same.

The RFP is self-explanatory.

1137. 542 Integrated Multi-Services Digital Kiosk

The ICOMC operator shall able to monitor the video of the user who triggered the ECB. Automatic video recording shall be enabled when ECB button is pressed at multi-services digital kiosks.

We would like to know whether Video Conferencing software will be provided by BBSR so that bidder kiosk software will connect with the same when ECB button is pressed

The RFP is self-explanatory. Solution shall be under Bidder scope.

Page 259: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

259

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

1138. 542 3.7.3. Multi-Services Digital Kiosk

Integrated Multi Services Digital Kiosks shall have integrated: • Emergency Call Button (ECB) • PTZ CCTV • Wi-Fi access point • Common Payment Card (CPC) • Ability to pay bills using e-wallet, debit card and credit card . • Integration with environmental sensors to display information from various sensors

BSCL to provide detailed Requirement for same.

The conditions mentioned in RFP shall be applicable.

1139. 542 3.7.3. Multi-Services Digital Kiosk

The ICOMC operator shall able to monitor the video of the user who The ICOMC operator shall provide triggered the ECB. Automatic video API for Integration with System for recording shall be enabled when ECB Automatic Video Recording button is pressed at multi-

BSCL to provide detailed Requirement for same.

The conditions mentioned in RFP shall be applicable.

1140. 542 3.7.3. Multi-Services Digital Kiosk

Integrated Multi-Services Digital Kiosk shall have in-built receipt/ticket printer having the functionality of printing of receipts, any other tickets, bus tickets etc.

BSCL to provide detailed Requirement for same.

The conditions mentioned in RFP shall be applicable.

1141. 542 3.7.3. Multi-Services

The Bidder (any member in case of consortium) shall have successfully executed at least

BSCL to provide detailed Requirement for same.

The conditions mentioned in RFP shall be applicable.

Page 260: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

260

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Digital Kiosk two (2) projects related to implementation/integration and support of citizen centric e Governance applications integrating at least four (4) different municipal services (excluding CCTV system) having a minimum value of JNR 5 crores per project during last seven (7) years.

1142. 542 RFP Vol I, Section 5 - "Technical Requirements"

The integrated PTZ CCTV shall have the capability of recognition. Operator at the ICOMC shall be able to monitor the live feed from the CCTV. When the emergency button is pressed, the PTZ camera shall automatically focus on the person using the button with a video feed at the video wall at the ICOMC.

We would like to know whether the PTZ CCTV should be integrated inside the kiosk or at site. For integration inside the kiosk for capturing face of the person during transaction, a standard HD camera will suffice.

The RFP is self-explanatory.

1143. 542 RFP Vol I, Section 5 - "Technical Requirements"

Integrated Multi-Services Digital Kiosk shall have a capabilities for making digital payments for: • Utility Bills for government services such as electricity, water, Wi-Fi, etc. • Citizen services • Tickets for the events around the city • Bus tickets • Any other BSCL/BMC supported activity/event

We would like to know whether the Wi-Fi access point is required for the site or should be integrated inside the kiosk. A Kiosk can have a Wifi dongle to connect to the Access point on the site for connectivity.

The RFP is self-explanatory.

1144. 542 RFP Vol I, Section 5 - "Technical Requirements"

The Integrated Multi-Services Digital Kiosk shall have in-built charging slots i.e. two (2) USB ports and one (1) three pin

Kindly let us know the technical specs of the CPC card to integrate the appropriaate reader inside the kiosk.

Details of the CPC will be shared with successful Bidder. The Bidder can also view the CPC tender on the Odisha e-tendering portal.

Page 261: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

261

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

standard plug port.

1145. 542 RFP Vol I, Section 5 - "Technical Requirements"

Integrated Multi-Services Digital Kiosk enclosure shall have the space to house all the hardware equipment required for the Multi-Services Digital Kiosk including switches, solar panel, batteries, printer for receipts and other associated accessories. All the wiring shall be concealed within the Multi-Services Digital Kiosk enclosure and shall not be visible from outside.

We assume that the kiosk will be inside the cabin and all Hardware equipments will be installed inside the cabin. Kindly clarify the same.

The RFP is self-explanatory.

1146. 542 RFP Vol I, Section 5 - "Technical Requirements"

The ICOMC operator shall able to monitor the video of the user who triggered the ECB. Automatic video recording shall be enabled when ECB button is pressed at multi-services digital kiosks.

We would like to know whether Video Conferencing software will be provided by BBSR so that bidder kiosk software will connect with the same when ECB button is pressed

The RFP is self-explanatory. Solution shall be under Bidder scope.

1147. 542 RFP Vol I, Section 5 - "Technical Requirements"

Integrated Multi Services Digital Kiosks shall have integrated: • Emergency Call Button (ECB) • PTZ CCTV • Wi-Fi access point • Common Payment Card (CPC) • Ability to pay bills using e-wallet, debit card and credit card. • Integration with environmental sensors to display information from various sensors

BSCL to provide details for Integration.

The RFP is self-explanatory.

1148. 542 RFP Vol I, Section 5 - "Technical Requirements"

The ICOMC operator shall able to monitor the video of the user who triggered the ECB. Automatic video recording shall be enabled when ECB button is

The ICOMC operator shall provide API for Integration with System for Automatic Video Recording

The RFP is self-explanatory.

Page 262: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

262

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

pressed at multi-

1149. 542 RFP Vol I, Section 5 - "Technical Requirements"

Integrated Multi-Services Digital Kiosk shall have a capabilities for making digital payments for: • Utility Bills for government services such as electricity, water, Wi-Fi, etc. • Citizen services • Tickets for the events around the city • Bus tickets • Any other BSCL/BMC supported activity/event

Does kiosk will utilized existing Portal if any for Water Bill payment/ Bus ticket or Entire Workflow to be developed at Kiosk. What are the payment option?? Does any Online payment from Card will also happen through existing portal???

The RFP is self-explanatory.

1150. 542 RFP Vol I, Section 5 - "Technical Requirements"

Integrated Multi-Services Digital Kiosk shall have in-built receipt/ticket printer having the functionality of printing of receipts, any other tickets, bus tickets etc.

Does kiosk will integrate with Any third party application for Ticket generation and Printing??

The RFP is self-explanatory.

1151. 544 Technical Requirements

Integrated Multi-Services Digital Kios k's enclosure shall be made of metal or stainless steel fabric and shall be IP 65 rated . It shall be built to last in outdoor environment to support the Project operating conditions .

As per our understanding the kiosk cannot be IP65 rated as it has cutouts for Display and other peripherals. The Touchscreen Display can be provided with IP65 rating . Please confirm.

The RFP is self-explanatory.

1152. 544 RFP Vol I, Section 5 - "Technical Requirements"

Integrated Multi-Services Digital Kiosk’s enclosure shall be made of metal or stainless steel fabric and shall be IP 65 rated. It shall be built to last in outdoor environment to support the Project operating conditions.

The kiosk cannot be IP65 rated as it has cutouts for Display and other peripherals. The Touchscreen Display can be provided with IP65 rating.

The RFP is self-explanatory.

1153. 545 RFP Vol I, Section 5 -

The Integrated Multi-Services Digital Kiosk shall accept all

We would like to know whether the Cash transactions are available on

The RFP is self-explanatory.

Page 263: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

263

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

"Technical Requirements"

digital payments including credit card, debit card and e-wallets.

the kiosk.

1154. 548 Technical Requirements

Stand-alone Mult i-Ser vices Digital Kiosk' s enclosure shall be made of metal or stainless steel fabric and shall be IP 55 rat ed.

The kiosk cannot be IP55 rated as it has cutouts for Display and other peripherals. The Touchscreen Display can be provided with IP55 or higher rat ing.

The RFP is self-explanatory.

1155. 550 Education and Health Care management

Smart Classrooms shall be equipped with: • CCTVs • Digital Smart Board • Attendance Management System • LED TV/Display Screens

Please confirm if there is a requirement for two way live video interactions between the 13 smart classrooms and the teacher

Yes. Provision should be there to connect external source / class rooms.

1156. 550 Education and Health Care management

CCTV surveillance system shall be provided to monitor functioning of the smart classrooms by concerned authorities/command centre. Also, through the CCTV system, Lectures delivered shall be recorded and stored. These lectures shall later be delivered to schools as Video on Demand.

Please confirm if there is a requirement of live streaming of lectures

The RFP conditions are self-explanatory

1157. 550 Education and Health Care management

CCTV surveillance system shall be provided to monitor functioning of the smart classrooms by concerned authorities/command centre. Also, through the CCTV system, Lectures delivered shall be recorded and stored. These lectures shall later be delivered to schools as Video on Demand.

Please confirm if there is a requirement of storing all the recorded lectures on central IP Based Digital Content library so that the students in the smart classrooms can access content when ever required

Yes

1158. 550 Education and Health Care

Digital Smart Boards shall be provided to interact with the

Please confirm the video resolution required between the teacher and

Refer to Corrigendum.

Page 264: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

264

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

management students. Students at remote schools shall be able to see presenting teacher and whatever the teacher write on the smart board. Students at remote schools shall ask questions any time during the session or at the end of session, since it is two way fully interactive session.

the students. Its is recommended that the resolution should be full high definition 1080p

1159. 550 Education and Health Care management

Digital Smart Boards shall be provided to interact with the students. Students at remote schools shall be able to see presenting teacher and whatever the teacher write on the smart board. Students at remote schools shall ask questions any time during the session or at the end of session, since it is two way fully interactive session.

Please confirm if two way video interaction between the teacher and students can be cloud based or should it be On premise

As per bidder's solution

1160. 550 Education and Health Care management

Digital Smart Boards shall be provided to interact with the students. Students at remote schools shall be able to see presenting teacher and whatever the teacher write on the smart board. Students at remote schools shall ask questions any time during the session or at the end of session, since it is two way fully interactive session.

Please confirm if there is a requirement for all the 13 smart classrooms need to interact and be part of a single video session

Query already answered

1161. 550 Education and Health Care management

LED TV/Display Screens to interact with the students in remote classrooms.

Please confirm if the Digital Smart Board can act as a LED TV/Smart Display as there are technologies available in the market which provide both these functionalities

Not required.

Page 265: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

265

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

1162. 550 Education and Health Care management

The hardware and software components shall be operative on “plug and play” basis, without the need of any proprietary license.

Please provide more clarity on this requirement

The RFP conditions are self-explanatory.

1163. 550 Education and Health Care management

The technological solution should be such that it could be used in the offline mode (i.e. in the absence of internet).

Kindly confirm what you mean with offline mode, is it that at any point of time there is no requirment for two way video remote interaction bewtwwen the teacher and students. But the students have access to Video on Demand content as content created is replicated within the school and this functionality would required to be available through a local caching engine present in that school

Yes.

1164. 550 FR 5.1691 Education and Health Care management

Smart Classrooms shall be equipped with: • CCTVs • Digital Smart Board • Attendance Management System • LED TV/Display Screens

Please confirm if there is a requirement for two way live video interactions between the 13 smart classrooms and the teacher

Query addressed before.

1165. 550 FR 5.1692 Education and Health Care management

CCTV surveillance system shall be provided to monitor functioning of the smart classrooms by concerned authorities/command centre. Also, through the CCTV system, Lectures delivered shall be recorded and stored. These lectures shall later be delivered to schools as Video on Demand.

Please confirm if there is a requirement of live streaming of lectures

Query addressed before.

1166. 550 FR 5.1692 Education and

CCTV surveillance system shall be provided to monitor

Please confirm if there is a requirement of storing all the

Query addressed before.

Page 266: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

266

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Health Care management

functioning of the smart classrooms by concerned authorities/command centre. Also, through the CCTV system, Lectures delivered shall be recorded and stored. These lectures shall later be delivered to schools as Video on Demand.

recorded lectures on central IP Based Digital Content library so that the students in the smart classrooms can access content when ever required

1167. 550 FR 5.1693 Education and Health Care management

Digital Smart Boards shall be provided to interact with the students. Students at remote schools shall be able to see presenting teacher and whatever the teacher write on the smart board. Students at remote schools shall ask questions any time during the session or at the end of session, since it is two way fully interactive session.

Please confirm the video resolution required between the teacher and the students. Its is recommended that the resolution should be full high definition 1080p

Query addressed before.

1168. 550 FR 5.1693 Education and Health Care management

Digital Smart Boards shall be provided to interact with the students. Students at remote schools shall be able to see presenting teacher and whatever the teacher write on the smart board. Students at remote schools shall ask questions any time during the session or at the end of session, since it is two way fully interactive session.

Please confirm if two way video interaction between the teacher and students can be cloud based or should it be On premise

Query addressed before.

1169. 550 FR 5.1693 Education and Health Care management

Digital Smart Boards shall be provided to interact with the students. Students at remote schools shall be able to see presenting teacher and whatever the teacher write on the smart board. Students at remote

Please confirm if there is a requirement for all the 13 smart classrooms need to interact and be part of a single video session

Query addressed before.

Page 267: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

267

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

schools shall ask questions any time during the session or at the end of session, since it is two way fully interactive session.

1170. 550 FR 5.1695 Education and Health Care management

LED TV/Display Screens to interact with the students in remote classrooms.

Please confirm if the Digital Smart Board can act as a LED TV/Smart Display as there are technologies available in the market which provide both these functionalities

Query addressed before.

1171. 550 FR 5.1697 Education and Health Care management

The hardware and software components shall be operative on “plug and play” basis, without the need of any proprietary license.

Please provide more clarity on this requirement

Query addressed before.

1172. 550 FR 5.1698 Education and Health Care management

The technological solution should be such that it could be used in the offline mode (i.e. in the absence of internet).

Kindly confirm what you mean with offline mode, is it that at any point of time there is no requirment for two way video remote interaction bewtwwen the teacher and students. But the students have access to Video on Demand content as content created is replicated within the school and this functionality would required to be available through a local caching engine present in that school

Query addressed before.

1173. 550 FR 5.1691 Education and Health Care management

Smart Classrooms shall be equipped with: • CCTVs • Digital Smart Board • Attendance Management System • LED TV/Display Screens

Please confirm if there is a requirement for two way live video interactions between the 13 smart classrooms and the teacher

Query addressed before.

1174. 550 FR 5.1692 Education and Health Care

CCTV surveillance system shall be provided to monitor functioning of the smart

Please confirm if there is a requirement of live streaming of lectures

Query addressed before.

Page 268: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

268

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

management classrooms by concerned authorities/command centre. Also, through the CCTV system, Lectures delivered shall be recorded and stored. These lectures shall later be delivered to schools as Video on Demand.

1175. 550 FR 5.1692 Education and Health Care management

CCTV surveillance system shall be provided to monitor functioning of the smart classrooms by concerned authorities/command centre. Also, through the CCTV system, Lectures delivered shall be recorded and stored. These lectures shall later be delivered to schools as Video on Demand.

Please confirm if there is a requirement of storing all the recorded lectures on central IP Based Digital Content library so that the students in the smart classrooms can access content when ever required

Query addressed before.

1176. 550 FR 5.1693 Education and Health Care management

Digital Smart Boards shall be provided to interact with the students. Students at remote schools shall be able to see presenting teacher and whatever the teacher write on the smart board. Students at remote schools shall ask questions any time during the session or at the end of session, since it is two way fully interactive session.

Please confirm the video resolution required between the teacher and the students. Its is recommended that the resolution should be full high definition 1080p

Query addressed before.

1177. 550 FR 5.1693 Education and Health Care management

Digital Smart Boards shall be provided to interact with the students. Students at remote schools shall be able to see presenting teacher and whatever the teacher write on the smart board. Students at remote schools shall ask questions any time during the session or at the

Please confirm if two way video interaction between the teacher and students can be cloud based or should it be On premise

Query addressed before.

Page 269: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

269

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

end of session, since it is two way fully interactive session.

1178. 550 FR 5.1693 Education and Health Care management

Digital Smart Boards shall be provided to interact with the students. Students at remote schools shall be able to see presenting teacher and whatever the teacher write on the smart board. Students at remote schools shall ask questions any time during the session or at the end of session, since it is two way fully interactive session.

Please confirm if there is a requirement for all the 13 smart classrooms need to interact and be part of a single video session

Query addressed before.

1179. 550 FR 5.1695 Education and Health Care management

LED TV/Display Screens to interact with the students in remote classrooms.

Please confirm if the Digital Smart Board can act as a LED TV/Smart Display as there are technologies available in the market which provide both these functionalities

Query addressed before.

1180. 550 FR 5.1697 Education and Health Care management

The hardware and software components shall be operative on “plug and play” basis, without the need of any proprietary license.

Please provide more clarity on this requirement

Query addressed before.

1181. 550 FR 5.1698 Education and Health Care management

The technological solution should be such that it could be used in the offline mode (i.e. in the absence of internet).

Kindly confirm what you mean with offline mode, is it that at any point of time there is no requirment for two way video remote interaction bewtwwen the teacher and students. But the students have access to Video on Demand content as content created is replicated within the school and this functionality would required to be available through a local caching engine present in that school

Query addressed before.

1182. 551 5.5.5 Is the content for smart classrooms MSI will provide the content.

Page 270: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

270

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

to be provided by MSI or the client?

1183. 553 Interactive White Board/White Board With Interactive Device/White Board With Interactive Projector

Active Size: Minimum 77/78” diagonal or above

We request you to modify the size to 55" or above

RFP Conditions prevail.

1184. 553 Interactive White Board/White Board With Interactive Device/White Board With Interactive Projector

Resolution: 8000*8000 We request you to modify the resolution to Ultra High Definition as this a ITU-T standard

RFP Conditions prevail.

1185. 553 Interactive White Board/White Board With Interactive Device/White Board With Interactive Projector

Active Area: Minimum active diagonal length of 2000 mm

We request you to modify the diagnol to 1000mm, which will be equivalent to 55" interactive white baord

RFP Conditions prevail.

1186. 553 TR 5.137 Interactive White Board/White Board With Interactive Device/White Board With

Active Size: Minimum 77/78” diagonal or above

We request you to modify the size to 55" or above

RFP Conditions prevail.

Page 271: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

271

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Interactive Projector

1187. 553 TR 5.143 Interactive White Board/White Board With Interactive Device/White Board With Interactive Projector

Resolution: 8000*8000 We request you to modify the resolution to Ultra High Definition as this a ITU-T standard

RFP Conditions prevail.

1188. 553 TR 5.142 Interactive White Board/White Board With Interactive Device/White Board With Interactive Projector

Active Area: Minimum active diagonal length of 2000 mm

We request you to modify the diagnol to 1000mm, which will be equivalent to 55" interactive white baord

RFP Conditions prevail.

1189. 553 TR 5.137 Interactive White Board/White Board With Interactive Device/White Board With Interactive Projector

Active Size: Minimum 77/78” diagonal or above

We request you to modify the size to 55" or above

RFP Conditions prevail.

1190. 553 TR 5.143 Interactive White Board/White

Resolution: 8000*8000 We request you to modify the resolution to Ultra High Definition as this a ITU-T standard

RFP Conditions prevail.

Page 272: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

272

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Board With Interactive Device/White Board With Interactive Projector

1191. 553 TR 5.142 Interactive White Board/White Board With Interactive Device/White Board With Interactive Projector

Active Area: Minimum active diagonal length of 2000 mm

We request you to modify the diagnol to 1000mm, which will be equivalent to 55" interactive white baord

RFP Conditions prevail.

1192. 557 E-Primary Healthcare System

e-Primary healthcare shall be an IT platform for integrating citizen’s record available in various public offices to their unique ID for providing health, social welfare and care.

Please confirm if there is an existing electronic medical record application for overall Bhubneshwar city and you expect the health records collected from 11 Anganwadi's and 9 ANM to be integrated with it Or do you do want the SI to provide the health record patient care application specically for 11 Anganwadi's and 9 ANM

Yes and also includes any other patient visiting the ANM centre.

1193. 557 E-Primary Healthcare System

e-Primary Healthcare System shall support cloud based storage of vital parameters (pulse, BP, temperature, heart rate, blood glucose, etc.), blood test reports, previous record of harmful disease, chronic diseases, etc. taken latest and linked to each UID no. or biometric data and can be accessed from Bhubaneswar

Please confirm if the solution can be provided On premise or cloud based

As per bidder's solution

Page 273: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

273

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

One through a security login system.

1194. 557 E-Primary Healthcare System

The software shall arrange a list of high priority surveillance patients on the basis of their parameters(mostly elderly, pregnant mothers) who can be instructed to raise alert to the Command Centre and the Health Centre in case of emergency (by dialling a particular number which is linked directly to the health/Command Centre)

Please confirm if there is a requirement for an IP Phone at each Anganwadi and ANM centre so that a IP voice call can be established directly with the command/health centre

RFP Conditions prevail.

1195. 557 FR 5.1738 E-Primary Healthcare System

e-Primary healthcare shall be an IT platform for integrating citizen’s record available in various public offices to their unique ID for providing health, social welfare and care.

Please confirm if there is an existing electronic medical record application for overall Bhubneshwar city and you expect the health records collected from 11 Anganwadi's and 9 ANM to be integrated with it Or do you do want the SI to provide the health record patient care application specically for 11 Anganwadi's and 9 ANM

MSI to provide

1196. 557 FR 5.1739 E-Primary Healthcare System

e-Primary Healthcare System shall support cloud based storage of vital parameters (pulse, BP, temperature, heart rate, blood glucose, etc.), blood test reports, previous record of harmful disease, chronic diseases, etc. taken latest and linked to each UID no. or biometric data and can be accessed from Bhubaneswar One through a security login system.

Please confirm if the solution can be provided On premise or cloud based

Query addressed before.

Page 274: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

274

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

1197. 557 FR 5.1740 E-Primary Healthcare System

The software shall arrange a list of high priority surveillance patients on the basis of their parameters(mostly elderly, pregnant mothers) who can be instructed to raise alert to the Command Centre and the Health Centre in case of emergency (by dialling a particular number which is linked directly to the health/Command Centre)

Please confirm if there is a requirement for an IP Phone at each Anganwadi and ANM centre so that a IP voice call can be established directly with the command/health centre

Query addressed before.

1198. 557 FR 5.1738 E-Primary Healthcare System

e-Primary healthcare shall be an IT platform for integrating citizen’s record available in various public offices to their unique ID for providing health, social welfare and care.

Please confirm if there is an existing electronic medical record application for overall Bhubneshwar city and you expect the health records collected from 11 Anganwadi's and 9 ANM to be integrated with it Or do you do want the SI to provide the health record patient care application specically for 11 Anganwadi's and 9 ANM

Query addressed before.

1199. 557 FR 5.1739, E-Primary Healthcare System

e-Primary Healthcare System shall support cloud based storage of vital parameters (pulse, BP, temperature, heart rate, blood glucose, etc.), blood test reports, previous record of harmful disease, chronic diseases, etc. taken latest and linked to each UID no. or biometric data and can be accessed from Bhubaneswar One through a security login system.

Please confirm if the solution can be provided On premise or cloud based

Query addressed before.

1200. 557 FR 5.1740, E-Primary Healthcare

The software shall arrange a list of high priority surveillance patients on the basis of their

Please confirm if there is a requirement for an IP Phone at each Anganwadi and ANM centre

Query addressed before.

Page 275: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

275

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

System parameters(mostly elderly, pregnant mothers) who can be instructed to raise alert to the Command Centre and the Health Centre in case of emergency (by dialling a particular number which is linked directly to the health/Command Centre)

so that a IP voice call can be established directly with the command/health centre

1201. 558 e-Primary Healthcare System

Please refer to the Server Specifications as mentioned under Section 5.7.4.3

As per FR 5.1739, the e-primary health care system is required to be cloud based. Please confirm if servers can be provided for an On premise e-primary health care system solution

Query addressed before.

1202. 558 TR 5.198 e-Primary Healthcare System

Please refer to the Server Specifications as mentioned under Section 5.7.4.3

As per FR 5.1739, the e-primary health care system is required to be cloud based. Please confirm if servers can be provided for an On premise e-primary health care system solution

Query addressed before.

1203. 558 TR 5.198 e-Primary Healthcare System

Please refer to the Server Specifications as mentioned under Section 5.7.4.3

As per FR 5.1739, the e-primary health care system is required to be cloud based. Please confirm if servers can be provided for an On premise e-primary health care system solution

Query addressed before.

1204. 403, 406

Section 5 – Technical Requirements

FR 5.24 - Language Options: The website ought to be easily translated into other languages – English, Hindi & Oriya. FR 5.72 - Website, Citizen Portal and Mobile App shall be in English and Oriya and shall be user friendly.

As per FR 5.72 the Citizen Portal and Mobile App should support English and Oriya and as per FR 5.24 the website content could be translated into English, Oriya and Hindi. Is our understanding right?

Refer to Corrigendum.

1205. E-Governance point 13

2. Completion Certificate issued & signed by the competent

BSCL to provide detailed Requirement for same.

The conditions mentioned in RFP shall be applicable.

Page 276: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

276

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Eligibility point no 5.1(a)

authority of the client entity on the entity's Letterhead

1206. 550 5.5.5. Education and Healthcare Management, Functional Requirements

Smart Classrooms FR 5.1691 Smart Classrooms shall be equipped with: • CCTVs • Digital Smart Board • Attendance Management System • LED TV/Display Screens

How customer is going to address the requirement of printouts in Smart classrooms? Did not see Printer included in Smart Classrooms? Requesting customer to clarify details for Printer.

RFP Conditions prevail.

1207. 557 Section 5 - Technical Requirement - Early Childhood Care Centre (E3C)

Functional Requirements e-Primary Healthcare

How customer is going to address the requirement of printouts in Healthcare? Did not see Printer included in Primary Healthcare. Requesting customer to clarify details for Printer.

RFP Conditions prevail.

1208. 541 5.5.4. Multi-Services Digital Kiosk - Functional Requirement

FR 5.1665 Integrated Multi Services Digital Kiosks shall have integrated: CPC reader

Please specify the card type? (Magnaetic Card reader / Chip Card reader / Smart card reader)

Details will be shared with successful Bidder. However, Bidder can go through the CPC tender on Odisha e-tendering portal.

1209. 541 5.5.4. Multi-Services Digital Kiosk - Functional Requirement

FR 5.1665 Integrated Multi Services Digital Kiosks shall have integrated: Printing of any receipts and bus tickets

Please specify the type of printer and width of paper

As per Bidder Solution.

1210. 542 Section 5 – Technical Requirements, Integrated Multi-Services Digital Kiosks

TR 5.64 Integrated Multi-Services Digital Kiosk’s enclosure shall be made of metal

IP 65 is not possible as kiosk will require space for air ventilation

The RFP is self-explanatory.

Page 277: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

277

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

1211. 546 Section 5 – Technical Requirements, Integrated Multi-Services Digital Kiosks - Miscellaneous

TR 5.103 The Integrated Multi-Services Digital Kiosk shall support operating temperature range of 0°C to +60°C with ambient relative humidity of 10-95% non-condensing.

In India the maximum temperature is not more than 50°C. Please consider the temperature range 0°C to +50°C

The conditions mentioned in RFP shall be applicable.

1212. 549 Section 5 – Technical Requirements, Stand-alone Multi-Services Digital Kiosks - Common Payment Card (CPC) Reader

TR 5.128 Stand-alone Multi-services digital kiosk shall also have the capability of reading citizen specific CPC as an identity check for availing services.

Please specify the card type? (Magnaetic Card reader / Chip Card reader / Smart card reader)

Details will be shared with successful Bidder. However, Bidder can go through the CPC tender on Odisha e-tendering portal.

1213. 437, FR 5.376

ICOMC_MSI_RFP_BBSR

The MSI has to update the GIS data in the AMC period.

In order to maintain complete uptodate and accurate GIS data ( refer also P. 221 : GIS platform); there is recurring cost involved for systematic data updation. But there is no mention of "GIS DATA UPDATION " in Recurrent Cost Summary Table (Refer Sec 1.4, P-110); Pls confirm.

The recurring cost of this shall be included as part of ICOMC line Item in Recurrent Cost Summary Table

1214. 437, FR 5.375

ICOMC_MSI_RFP_BBSR

GIS integration aims at editing and publishing all the assets…….These assets can be streets assets, building assets, public assets and other transport and utility network.

Please confirm that any sorts of asset data preparation in GIS is out of implementation scope. The same data sets and maps will be supplied by the competent authority.

Query addressed before.

1215. 439, FR 5.383, FR 5.384

ICOMC_MSI_RFP_BBSR

The Utility Asset Management Module:

There is high dependency between quality of asset /network data and the proposed GIS application. Pls confirm, network data preparation and maintenance is out of scope of

Refer to Corrigendum. Utility module has been removed from scope of MSI.

Page 278: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

278

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

MSI under this implementation

1216. 497 ICOMC_MSI_RFP_BBSR, FR 5.1171

GIS Grid reference required for meters

Assumed that the required data will be collected, digitized and to be supplied to MSI. Pls confirm.

Refer to Corrigendum. Utility module has been removed from scope of MSI.

1217. 524 ICOMC_MSI_RFP_BBSR, FR 5.1481

The application shall leverage on the advanced GPS and GIS technologies for route scheduling, route monitoring, reporting and providing a quick dashboard

Assumed that advanced GIS module for Network analysis etc would be required backed by clean road/route datasets. Pls confirm the availability of the same.

Query addressed before.

1218. 5.5.5. Education and Healthcare Management Functional Requirements

Query not clear.

1219. 557 TR 5.190 Please refer to the CCTV System Specifications as mentioned under Section City Surveillance System.

The type of cameras required for City Surveillance and Smart class rooms are usually different. Please advise for detailed specificiations for the same

The RFP conditions are self-explanatory

1220. 400-402

5.5.1 email server whether new email server to be provided or existing server to be integrated. If yes, then details of the existing email server to be provided.

Yes.

1221. 413 5.20 Payment Gateways whether new email server to be provided or existing server to be integrated. If yes, then details of the existing email server to be provided.

Yes.

1222. 557 E-Primary Healthcare System

e-Primary healthcare shall be an IT platform for integrating citizen’s record available in various public offices to their unique ID for providing health, social welfare and care.

Please confirm if there is an existing electronic medical record application for overall Bhubneshwar city and you expect the health records collected from 11 Anganwadi's and 9 ANM to be integrated with it Or do you do want the SI to provide the health record patient care application specically

Query addressed before.

Page 279: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

279

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

for 11 Anganwadi's and 9 ANM

1223. 557 E-Primary Healthcare System

e-Primary Healthcare System shall support cloud based storage of vital parameters (pulse, BP, temperature, heart rate, blood glucose, etc.), blood test reports, previous record of harmful disease, chronic diseases, etc. taken latest and linked to each UID no. or biometric data and can be accessed from Bhubaneswar One through a security login system.

Please confirm if the solution can be provided On premise or cloud based

Query addressed before.

1224. 557 E-Primary Healthcare System

The software shall arrange a list of high priority surveillance patients on the basis of their parameters(mostly elderly, pregnant mothers) who can be instructed to raise alert to the Command Centre and the Health Centre in case of emergency (by dialling a particular number which is linked directly to the health/Command Centre)

Please confirm if there is a requirement for an IP Phone at each Anganwadi and ANM centre so that a IP voice call can be established directly with the command/health centre

Query addressed before.

1225. 558 e-Primary Healthcare System

Please refer to the Server Specifications as mentioned under Section 5.7.4.3

As per FR 5.1739, the e-primary health care system is required to be cloud based. Please confirm if servers can be provided for an On premise e-primary health care system solution

Query addressed before.

1226. 550 Education and Health Care management

Smart Classrooms shall be equipped with: • CCTVs • Digital Smart Board • Attendance Management

Please confirm if there is a requirement for two way live video interactions between the 13 smart classrooms and the teacher

Query addressed before.

Page 280: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

280

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

System • LED TV/Display Screens

1227. 550 Education and Health Care management

CCTV surveillance system shall be provided to monitor functioning of the smart classrooms by concerned authorities/command centre. Also, through the CCTV system, Lectures delivered shall be recorded and stored. These lectures shall later be delivered to schools as Video on Demand.

Please confirm if there is a requirement of live streaming of lectures

Query addressed before.

1228. 550 Education and Health Care management

CCTV surveillance system shall be provided to monitor functioning of the smart classrooms by concerned authorities/command centre. Also, through the CCTV system, Lectures delivered shall be recorded and stored. These lectures shall later be delivered to schools as Video on Demand.

Please confirm if there is a requirement of storing all the recorded lectures on central IP Based Digital Content library so that the students in the smart classrooms can access content when ever required

Query addressed before.

1229. 550 Education and Health Care management

Digital Smart Boards shall be provided to interact with the students. Students at remote schools shall be able to see presenting teacher and whatever the teacher write on the smart board. Students at remote schools shall ask questions any time during the session or at the end of session, since it is two way fully interactive session.

Please confirm the video resolution required between the teacher and the students. Its is recommended that the resolution should be full high definition 1080p

Query addressed before.

1230. 550 Education and Health Care management

Digital Smart Boards shall be provided to interact with the students. Students at remote

Please confirm if two way video interaction between the teacher and students can be cloud based or

Query addressed before.

Page 281: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

281

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

schools shall be able to see presenting teacher and whatever the teacher write on the smart board. Students at remote schools shall ask questions any time during the session or at the end of session, since it is two way fully interactive session.

should it be On premise

1231. 550 Education and Health Care management

Digital Smart Boards shall be provided to interact with the students. Students at remote schools shall be able to see presenting teacher and whatever the teacher write on the smart board. Students at remote schools shall ask questions any time during the session or at the end of session, since it is two way fully interactive session.

Please confirm if there is a requirement for all the 13 smart classrooms need to interact and be part of a single video session

Query addressed before.

1232. 550 Education and Health Care management

LED TV/Display Screens to interact with the students in remote classrooms.

Please confirm if the Digital Smart Board can act as a LED TV/Smart Display as there are technologies available in the market which provide both these functionalities

Query addressed before.

1233. 550 Education and Health Care management

The hardware and software components shall be operative on “plug and play” basis, without the need of any proprietary license.

Please provide more clarity on this requirement

Query addressed before.

1234. 550 Education and Health Care management

The technological solution should be such that it could be used in the offline mode (i.e. in the absence of internet).

Kindly confirm what you mean with offline mode, is it that at any point of time there is no requirment for two way video remote interaction bewtwwen the teacher and students. But the students have access to Video on Demand

Query addressed before.

Page 282: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

282

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

content as content created is replicated within the school and this functionality would required to be available through a local caching engine present in that school

1235. 553 Interactive White Board/White Board With Interactive Device/White Board With Interactive Projector

Active Size: Minimum 77/78” diagonal or above

We request you to modify the size to 55" or above

Query addressed before.

1236. 553 Interactive White Board/White Board With Interactive Device/White Board With Interactive Projector

Resolution: 8000*8000 We request you to modify the resolution to Ultra High Definition as this a ITU-T standard

Query addressed before.

1237. 553 Interactive White Board/White Board With Interactive Device/White Board With Interactive Projector

Active Area: Minimum active diagonal length of 2000 mm

We request you to modify the diagnol to 1000mm, which will be equivalent to 55" interactive white baord

Query addressed before.

1238. 202, 203

ICOMC_MSI_RFP_BBSR

ERP would be integtrated with ……. GIS, Portal …….

Is the integration of ERP and GIS is under the present scopeof implementation? What the name of ERP system that are presently in

Yes, ERP to be proposed by MSI

Page 283: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

283

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

use?

1239. 207 Project Kusum (E3C), Smart Classrooms and e-Primary Healthcare System and FR 5.1738

e – Primary Health System: Robust IT platform for integrating citizen's record available in various public offices to their unique ID for providing health, social welfare and care.

Please confirm if there is a requirement for centralised Telemedicine application and infrastructure so that all the citizen's health records can be mainted on a central portal for easy access and future reference

Query addressed before.

1240. 207 Project Kusum (E3C), Smart Classrooms and e-Primary Healthcare System

Technical support in implementation of e-Primary healthcare system and strengthening of Mother Child Tracking System (MCTS).

Please confirm as part of this functionality, if there is requirement for ANI Maternity Index and maternal care integration, wherein , all the data is captured offline by Anganwadi workers and this data automatically syncs with the central health telemedicine portal as soon as network is available. This will help reduce infant mortality rate and increase the effectiveness of the Mother child tracking system

Query addressed before.

1241. 207 Project Kusum (E3C), Smart Classrooms and e-Primary Healthcare System

Technical support in implementation of e-Primary healthcare system and strengthening of Mother Child Tracking System (MCTS).

Pls. confirm if there is a requirement for establishing any two way video communication between the e-primary Healthcare site and field workers at Anganwadi site for effectiveness of communication.

RFP Conditions prevail.

1242. significantly reduce the cost as compared to Only using EMV complaint methods.

Query reference not clear.

1243. capturing photos of vehicles and number plates at Entry/Exit points. For PMS, this should suffice.

The RFP is self-explanatory.

Page 284: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

284

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Storing continuous stream of videos would need additional hardware & very high capability to capture, store & transmit such lengthy videos to central control server.

1244. API(s) provided by the MSI? API shall be provided by MSI and private parking SI

1245. 168 2.3 BMC approved locations are bid out to selected private partners who can manage those location through competitive bidding. Currently, BMC is selecting partners for each parking location on an annual basis. The current parking infrastructure is as follows: • BMC has identified 78 designated on-street parking locations, including both on-street within carriageway and on-street off carriageway, within ROW. • 14 locations are already handed over to private entity for management. • 29 locations are going through competitive bidding process and soon those will be handed over to private entity. • 35 designated locations are still vacant and available as free parking.

We understand that the parking infrastructure for only these 35 free parking spaces is in the scope of SI and integration of the external and future parking systems which will be deployed by the private partners, will also be in the scope of SI. Kindly confirm.

The parking management system shall be implemented at all the parking locations of BMC

Page 285: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

285

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

1246. 192 Exhibit 13 Pakring Guidance Please clarify if this is guidance to lot, slot or block.

The off street parking Guidance shall be spot wise. Refer FR 3.8 clause.

1247. 351 FR 3.7 For on-street parking, each sensor shall be able to detect a minimum of 10 parking spots.

Please clarify if this is the gateway or the sensor. Normally a sensor is per parking slot

The Bidder has to decide a solution to cover 10 parking slots together. The current boq of 500 sensors covers 5000 parking’s slots.

1248. 351 FR 3.7 For on-street parking, each sensor shall be able to detect a minimum of 10 parking spots

Each sensor will detect a single parking slot as per industrial practice. Please confirm

The Bidder has to decide a solution to cover 10 parking slots together. The current boq of 500 sensors covers 5000 parking’s slots.

1249. 351 Section-5, Clause-5.3-FR-3.7

The sensor should be able to detect a vehicle irrespective of the depth or height of sensor installation. For on-street parking, each sensor shall be able to detect a minimum of 10 parking spots.

1. For on-street parking each sensor can detect one parking slot space only. We assume that Gateway shall have capability to connect to minimum 10 sensors. Hence we request you ammend this requirement , such that Gateway aggregating sensors shall connect to minimum 10 sensors 2. Also please mention the exact quantity of Parking slots with type of slot (Bus/car/Motor Byke) for On street / Off Street and Covered parking areas.

Refer to Corrigendum.

1250. 351 Section 5 – Technical Requirements

For on-street parking, each sensor shall be able to detect a minimum of 10 parking spots.

Does this mean 1 geo magnetic sensor is supposed to detect 10 parking spots?

Yes one sensor is required to detect minimum 10 parking spots. Refer to Corrigendum. for revised clause

1251. 351 5.3 Smart Parking Managem

Every parking space shall be fitted with an occupancy

Will the sensors be employed for calculating occupancy of bikes

The sensor should detect the occupancy of two wheeler parking as well.

Page 286: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

286

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

ent System FR 3.7

sensor for vehicle detection. Sensor should be intelligent and accurately detect if the car space is vacant or occupied.

also? If so, then how will the occupancy of Bikes counted? As Bikes are parked very close to each other, geo magnetic sensors may not detect accurately for bike occupancy.

Refer to Corrigendum. for revised clause

1252. 352 5.3/ FR3-Smart Parking Management System

Parking Management System must geo-reference all the parking lots and shall have the ability to add more locations in future. Smart parking solution should enable accounting and mapping of individual parking spots to different operators/agencies and monitor the parking space utilisation and revenue from those facilities

We understand that GIS platform is already being implemented and Latitude/Longitude to georeference the parking lots shall be provided by BSCL and survey of the same is not under the scope of MSI. Is our understanding correct?

Query addressed before.

1253. 352 Section 5 – Technical Requirements

Each of the off-street / MLCP Parking shall be fitted with an aisle light indicators for informing users on their availability on-site:

Does this mean as a separate aisle indicator or the Sensor indicator light only ? Also , This purpose can be solved with a single display unit.

Ultrasonic sensor should be able to indicate an occupied or a vacant spot. For example the ultrasonic sensor indicate a vacant spot with a with a green light and it should turn to Red when occupied. The counter of Parking Guidance Signal should change in accordance to Ultrasonic sensor.

1254. 352 Section 5 – Technical Requirements

• EMV compliant CPC reader we have ewallet provisions and portable swipe machines can be installed.

The conditions mentioned in RFP shall be applicable.

1255. 352 5.3 Smart PMS FR 3.12

Each multi-level/off-street car parking shall have parking ticket

Request you to kindly clarify whether 10 digit registration number of vehicle

10 digit registration number of vehicle is not required to be printed on tickets issued by ticket

Page 287: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

287

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

dispenser machine at the entrance where the ticket can be issued by the machine on pressing the button by the user/ operator.

need to be captured at Entry Point(s) in Off-Street/MLCP/On-Street Parking Lots?

dispenser at the time of Entry.

1256. 352 5.3 Smart PMS FR 3.13

EMV compliant CPC reader Request for sentence to be amended as: EMV compliant CPC reader “along with other standard digital payment methods.” Justification: Allowing other digital payment methods (eg: e-Wallets like Paytm, Ola Money etc.) will ensure secure transaction and will also

The CPC guidelines shall be followed through CPC tender.

1257. 353 Section-5, Clause-5.3-FR-3.9

The display panel should be easy to understand and must have graphical directional and zone status indication (as red crosses for zone full or green directional arrows to guide drivers to zones with available spaces).

Indication of Red crosses will be confusing for full parking lots, as they do not indicate which direction parking is full.Hence we request you to ammend it as Red Arrow marks in the direction where zone is full.

The conditions mentioned in RFP shall be applicable.

1258. 353 Section 5 – Technical Requirements

The Entry Device should be able to detect and report:

Kindly explain the terms and functionalities.

• Anti-pass back- to prevent a card holder from passing his card back to a second person to gain entry into the same parking area • Back‐out ticket- To roll back the ticket back if visitor does not collect it after requesting. • Low ticket stock- lowering of tickets in ticket dispenser wrt the set threshold.

Page 288: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

288

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Functionality is self-explanatory.

1259. 353 Section 5 – Technical Requirements

he display on Entry Device should have capability to display messages in English, Hindi and other Regional languages

A very Time consuming process to get in regional language . The Interface giving description of tickets has maximum numbers . Can this feature of regional languages avoided ?

The conditions mentioned in RFP shall be applicable.

1260. 353 Section 5 – Technical Requirements

For motorists who enter the parking lot using CPC, the same shall be recorded in the system and while exiting, the payment shall be deducted from that card. If the user fails to show up same CPC

what if the CPC has low balance for a partial payment only , this can cause hindrance at the time of exit and cause delays .

In case of low balance the payment shall be as per the business rules specified by client

1261. 354 5.3 Smart PMS FR 3.26

The solution should also include provision to capture image of vehicle including license plate number of every vehicle entering and leaving any of the parking spaces and the all the information related to the same should be stored at a central server.

Does this totally exclude ANPR capability from the Smart Parking Management system?

The camera shall not be of ANPR type. Refer TR 3.100 for camera specification.

1262. 354 5.3 Smart PMS FR 3.29

Upon impact during closure, the arm will stop and stay in the same position. Under no

This FR contradicts the statement of TR3.36 on 364, whereby, the concurrent TR states that

The conditions mentioned in RFP shall be applicable.

Page 289: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

289

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

circumstances should the arm re‐open upon impact.

Barrier Arm should operate in auto-reverse mode when hitting an obstacle during closure. If both the clauses are to be retained, Request you to kindly mention the business scenarios to differentiate conditions as to when should the arm operate in auto-reverse only or stay still in its position?

1263. 354 5.3 Smart PMS FR 3.30

The solution should have capability to capture image of the license plates of the vehicles at every entry and exit of each parking lot.

How to implement this for On-Street parking Lots?

This is applicable for off street parking

1264. 354 5.3 Smart PMS FR 3.31

Parking Management System shall track vehicles entering and exiting parking lots. The Parking Management System should do so at each floor, in case of multilevel parking and communicate the data.

Does this include determining location based positioning of vehicle inside the premises? OR is this tracking limited to the binary information ascertaining the presence of the vehicle inside the parking lot?

The requirement is limited to detect (no of available parking spots) inside the floor.

1265. 354 5.3 Smart PMS FR 3.32

The Parking Management System should retain videos of car

Request to amend this clause as: The Parking Management System should retain videos “or pictures” of car

Refer to Corrigendum.

Page 290: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

290

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

entering /exiting the parking zone as per the security parameters defined in the RFP.

entering /exiting the parking zone as per the security parameters defined in the RFP. Justification: The RFP details about

1266. 355 Section-5, Clause-5.3-FR-21

Barrier Arms should have the following options: • In closed position the full arm should be illuminated red. • During movement the full arm should be illuminated yellow. • Once reached open position the full arm should be illuminated Green.

This is a good option for On street Parking where ambient lighting is less in the nights. But for off street parking the barrier light will not add any value but it only adds to the cost. We recommend you to kindly delete this off-street parking slots.

The conditions mentioned in RFP shall be applicable.

1267. 361 FR 3.96 The Parking Management System should have a mobile and a web delivery channel for citizens to get real time parking availability and pre book parking lots using online payment of parking charges facilitated through a payment gateway

Please clarify on the prebooking of open parking slots. Would it be for open parking or closed parking?

It will be applicable only for managed parking i.e. for multi-level parking and for Off street parking.

1268. 361 5.3 Smart PMS FR 3.97

The Parking Management System should have a mobile and a web delivery channel for citizens

Request you to confirm on Mobile delivery channel being an app, will it be an Android/iOS/Windows based app?

The delivery channel shall be a mobile application and the OS are Android, IOS and other industry platforms.

1269. 361 5.3 Smart PMS FR 3.97

The application should have citizen module and officer module.

Request to elaborate more on the modules of Citizen & Officer. Should these modules be provided as separate entities, as they are for different audience?

The RFP is self-explanatory.

Page 291: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

291

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Citizens can be provided with a mobile app for enabling all user centric functions, where as for officers, a separate module can be provided to enable all officer-centric functions, including monitoring of user transactions.

1270. 361 5.3 Smart PMS FR 3.99

Integration with Common Payment Card - A Common Payment Card (CPC)

CPC, being issued by Banks will be a prepaid card or a credit card? Kindly elaborate on this. Request to include an alternative approach which could be to issue NFC or QR Code Based Smart cards, which can be topped up by a web interface, allowing various digital modes of payments.

The details of CPC are governed through CPC tender. The bidder are expect to collect the information from CPC tender.

1271. 362 5.3, TR3.9 The Dispenser shall have built-in Common Payment Card (CPC) reader to read/write information from CPC

Payment is at entry or exit? Or the use of CPC is required or smart card reader is required? Please clarify

The payment shall be done at Exit. CPC (not smart card) shall be used as one of the payment mode.

1272. 362 5.3 Smart PMS FR 3.100

The system shall integrate with 3rd Party / Private parking Systems deployed across the City and provide the information to Citizens.

Will these Private/3rd Party be installing & employing MSI hardware/software to manage their internal parking operations? Will these Private/3rd Party lots integrate their parking lots, on their own, with the

MSI and Private/ 3rd party will manage their parking system independently and this RFP does not include the Private Parking System. Along with Smart Parking System MSI is also required to integrate its system with 3rd Party / Private parking Systems deployed across the City and provide the information to Citizens.

1273. 365 5.3 Smart Each parking sensor shall be Under FR 3.2 on 351, its stated The mapping is required for each

Page 292: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

292

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

PMS TR 3.6

able to monitor a minimum of 10 parking spots.

that one-to-one mapping of all sensors is must. If 10 spots are mapped to 1 sensor, this will revoke one-to-one mapping. Request to kindly clarify on these mutually exclusive statements.

sensor.

1274. 178 & 362

Section 3.1 & FR3.100

Exhibit 9 The system shall integrate with 3rd Party / Private parking Systems deployed across the City and provide the information to Citizens

Request client to provide clarity on 3rd party / private parking system integration required. Some examples of such systems existing / envisaged would be helpful. Alternately, is client expecting the bidder to publish APIs using which private parking systems can publish parking availability data and plug on to city’s parking system?

Bidders can collect the private parking details from the concerned authority and the API of private parking will be shared with MSI to integrate the same into their system and provide the information to Citizens.

1275. 351 5.3 Smart Parking Management System FR 3.7

Every parking space shall be fitted with an occupancy sensor for vehicle detection. Sensor should be intelligent and accurately detect if the car space is vacant or occupied.

Will the sensors be employed for calculating occupancy of bikes also? If so, then how will the occupancy of Bikes counted? As Bikes are parked very close to each other, geo magnetic sensors may not detect accurately for bike occupancy.

The sensor should detect the occupancy for two wheeler parking space as well

1276. 355 Section 5 – Technical Requirements

Payment sub system shall have the capability of processing and reporting separately numerous transactions including, but not limited to, the following:

Query not found.

1277. 355 Section 5 – Technical Requirements

All vehicular passages during the time that the barrier is not functional/down should be

how do you suggest doing this if there is no operator at time of enterance of the parking lot ?

The audit will be done through License plate camera.

Page 293: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

293

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

recorded and displayed in the reports separately in order to audit the necessary

1278. 191 Provide users with advanced information and guidance on portal or mobile handsets as regards availability of parking spaces in and around their destinations.

The feature shall be part of Mobile application

1279. ICOMC_MSI_RFP, Section -5, technical requirements, 5.4.1 City Surveillance System, Functional requirement- Network Video Recorder

NVRs shall be sized to provide minimum 30 days storage assuming recording of 24hrs a day, 7 days a week and 30 days a month at 4 CIF resolution. All NVRs shall be provided in an N+N configuration.

At what frame rate the storage is required? Whether 30 FPS/25 FPS/15 FPS ? The NVR configuration asked is N+N which will require lots of hardware servers, we can optimise the hardware server by using N+1 configuration. Please suggest which configuration to use?

The RFP is self-explanatory.

1280. 194 Volume 1, section 3.6.

The objective of the Incident Management System is to generate “optimal” recommendations for the city’s pro-active security and safety. The broad objectives of the system are:

Request confirmation whether this feature is enabled in existing surveillance systems as well. If so, does the existing surveillance system & hardware sensor comply with the current technical specification mentioned in the scope of the project?

Details shall be discussed with Bidder during detailed design stage.

1281. 194 Volume 1, section 3.6.

The incidents can be with a conditional workflow for tracking and resolution. The definition of external incidents is any disruption to the traffic, road accidents & investigations, citizen complaints, traffic escalations, court or regulatory

Please elaborate the list of events expected to be detected using video analytics under base analytics category.

The RFP is self-explanatory.

Page 294: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

294

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

directions etc.,. In addition to base analytics the Incident Management System shall be able to perform the following operations in providing the public services to the citizens:

1282. 194 Volume 1, section 3.6.

• Road conditions such as water log, road carpet, any obstructions such as encroachments, illegal constructions etc.,;

Request to provide complete list of events/incidents expected in road conditions.

The RFP is self-explanatory.

1283. 194 ICOMC_MSI_RFP_BBSR, Section 5.3.6.1 Technical Requirements

Integration of each CCTV cameras with central application server by providing unique ID, IP addresses etc. shall also be under MSI scope along with data encryption and data security of the videos recorded.

What kind of Data encryption mechanism is being envisaged i.e. Hardware based Encryption or software based? We recommend(as per the best practices) that FIPS certified Encryption hardware should be used, with proper Key Management capabilties.

Acceptable.

1284. 194 3.6. Smart Response and Incident Management System,

Emergency response intake can be done through call, mobile app or Emergency Call Box (ECB) button being deployed as part of the multi-services digital kiosks. ECBs installed in the city shall inform the relevant authority on emergency situations or any incidents for immediate response. The ECB is an integral part of the Emergency Responsive System at ICOMC. The ECB as a part of multi-services digital kiosks shall be installed at the strategic locations like malls, parks, other

We would want you to include the ability to intake the incident detaiks through Social Media Platform. This fetaure will enable : The Citizen shall also be able to use Social Media Networks like Whatsapp, Facebook & Twitter as a channel for reporting emergency. Such emergency request will needed to be seamlessly integrated as a process for Call Taking Agents to gather more information about the emergency request and create Call for Service. All the data associated for such request

The conditions mentioned in RFP shall be applicable.

Page 295: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

295

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

public places. including text, image and video posts will be tagged to the incident for further processing by Dispatchers. Agents will seamlessly use the telephone network for making outgoing calls to citizen and gather more information. Where ever the social media interactions brings with it location information, the same will be shown on the map and it will be possible to tag the location of such request to the incident for further processing.

1285. 194 3.6. Smart Response and Incident Management System

The Emergency Contact Centre System shall be established as part of the ICOMC in the city to empower people to connect to police and get police assistance anytime, anywhere at very short “response time”. This system shall empower people to connect to the emergency services such as Police, Fire, Ambulance service, etc. and get assistance anytime, anywhere at very short response time. The objective of the system is to receive and respond immediately to emergency calls made by the public seeking assistance by directing the emergency vehicles available for the purpose. The cen+E43tral application at the ICOMC shall be equipped with latest technological tools like GIS MAP, CAD (Computer aided dispatch) and GPS enabled PCR

we would like to correct / accept our understanding here that there will be a single Emergency Response Help Line ( Example 112 ) dedicated for the Command and Control Cnentre, which will receive distress calls for all the Services ( Police 100 / Fire 101 / Ambulance 108 ). The CCC Call Taker will create a case and then dispatch it to the corresponding Agency Control Rooms ( Police 100 / Fire 101 / Ambulance 108 ) for necessary action. The dispatch from the respective agency to the Field Responders will be on the above mentioned MDT / OBU's for taking action and reporting the status. If the above call flow is corect, then the CAD application needs to be common for all the Agencies (

The conditions mentioned in RFP shall be applicable.

Page 296: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

296

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

VANs, Ambulance and Fire engines to attend to handle public distress calls for services.

Police 100 / Fire 101 / Ambulance 108 ) or do we need to integrate their existing application with the one supplied in the CCC. Kindly advise.

1286. 194 3.6. Smart Response and Incident Management System

Coordinated ICOMC response to any incident or event that impacts Bhubaneswar’s multimodal transportation system.

Please clarify how will the data from multimodal transportation system will be provided to MSI.

The RFP is self-explanatory.

1287. 194 3.6. Smart Response and Incident Management System

Pro-active monitoring and Surveillance

Please define the SLA for proactive monitoring and surveillance.

The RFP is self-explanatory.

1288. 195 3.6. Smart Response and Incident Management System 3.6.2. Architecture & Data Flow

The Integrated Software Platform of the Emergency Contact Centre System shall support all features required for efficiently handling all stages of a call made in emergency situation. The Computer aided dispatch (CAD) software platform integrates various modules: • CAD framework; • Call Reception System; • Call Recording and Logging; • GIS (Geographical Information System); • AVLS (Automatic Vehicle Location System); • Responder Systems (Mobile Data Terminals); • Incident Reporting System; • Video Interface (CCTV Video Integration to GIS);

Since the command and control is envisaged to help communicate, dispatch resources, coordinate response and carry out the complete incident management the C4i system should support intelligent dispatch of resources ( Police vehicle, Units ) through an integrated Mobile Application which will be used by the Field Response Team on their Mobile Data Terminal fitted on the Dashboard of the Vehicle. The OBU designed under UBS-II specifications is very bulky and connit be installed on Emergency Police / Ambulance Vehcles as they consume a lot of space . Police Control Rooms across India are currently using the MDT's as

There are enough UBS-II Compliant OBU that are sleek in the market now. The conditions mentioned in the RFP shall be applicable.

Page 297: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

297

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

• Converged Communication Platforms [PSTN, Wireless (Cell Phone), SMS, e-mail].

the Field responder Units for receiving the Dispatch details and updating action taken. You have also mentioned about the use of the Mobile Data terminals in the Section No 3.6.3 - Arcitecture & Dat Flow of the Smart Response and Incident Management System. However the Rugged MDT's will not meet the UBS -II specifications We request the Command and Control to also include the folowing functionality to reflect as below : The C4i system should support intelligent dispatch of resources ( Police Cars, PCR Vans, Ambulance & Fire Trucks ) through an integrated Mobile Application which will be used by the Field Response Team on the Mobile Data Terminals. The System should be able to locate the nearest dispatch resources. The Mobile Application should be available on the MDT devices for capturing real-time information from the field response team using Mobile-Standard Operating Procedure. Field Responder should be able to acknowledge the incident and provide real time updates from the incident site by taking Picture /

Page 298: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

298

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Video / Audio Recording or typing the report on the MDT. The Rugged MDT's need to be MIL 810G Certified and have IP-67 Protection Certified.

1289. 170 2.4.1 There are 33 Police Control Room (PCR) Vans dedicated to respond to distress calls received at dial 100 control centre. PCR vans are fitted with GPS-enabled Automatic Vehicle Location System (AVLS) for tracking, quick dispatch of nearest vehicle. The Control Centre solution and AVLS devices are currently provided by InterAct Public Safety Solutions.

We understand that the devices already installed by M/s InterAct Public Safety Solutions are to be integrated by the bidder. Hence bidders need not consider the quantities given in the BOQ for AVLS devices for PCR vans. Kindly Confirm.

The current installed devices to be replaced with new devices conforming to specifications provided in the bid document.

1290. 170 2.4. Smart Response and Incident Management System

Police, Fire and Ambulance service deal with the emergency management and incident response. A new common (Dial 112) number is planned as an integrated number for all these three services. These services shall be supported from the ICOMC, and the response shall be integrated from the ICOMC. Individual dispatching would occur from the respective agencies.

Kindly clarify who shall provide the Dial 112 number and who shall bear the recurring cost?

MSI

1291. 371 ICOMC_MSI_RFP, Section -5, technical requirements, 5.4.1 City

• AutoTracker: To detect and track movement in the fieldof view. • Adaptive Motion Detection: To detect and track objectthat enter

Cameras with built in Video Analytics comes with following- Auto tracking, Adaptive Motion Dection, Camera Sabotage. Rest asked analytics can be done

Acceptable. Overall solution should be as per RFP.

Page 299: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

299

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Surveillance System, Functional requirement

a scene and then triggers an alarm when theobject enter a user-defined zone. • Abandoned Object: To detect objects placed within adefined zone and triggers an alarm if the object remainsin the zone longer than the user-defined time allows. • Camera Sabotage: Triggers an alarm if the lens isobstructed by spray paint, a cloth or a lens cap. • Directional Motion: Generates an alarm in a high trafficarea when a person or object moves in a specifieddirection. • Object Removal: To triggers an alarm if the object isremoved from a user-defined zone. • Stopped Vehicle: To detect vehicles stopped near asensitive area longer than the user-defined time allows. • Intrusion Detection – Detect intrusion

by VMS and Analytics software: Abandoned Object, Directional Motion, Object Removal, Stopped Vehicle, Intrusion Detection. Please confirm?

1292. 371 ;FR - 4 Functional Requirements; Section 5 Technical Requirement FR 4.9

The surveillance system shall support following Built-in-Analytics for the Cameras:

We recommend Analytics be allowed either in the camera or integrated with VMS analytics

Query addressed before.

1293. 371 Section 5. FR-4. Functional Requirement. 5.4.1 City Surveillance

The CCTV surveillance system shall be ONVIF compliant.

Please incorporate the ONVIF profiles which is namely ONVIF PROFILE S & PROFILE G.

The conditions mentioned in the RFP shall be applicable.

Page 300: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

300

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Solition. FR 4.4

1294. 371 Section 5. FR-4. Functional Requirement. 5.4.1 City Surveillance Solition. FR 4.5

Cameras shall have an integral receiver/driver that shall be capable of controlling pan-tilt, zoom and focus locally and also remotely from the ICOMC.

Please confirm the camera type i.e. PTZ or fixed. This shall be applicable only for PTZ. Please confirm

PTZ shall support pan-tilt, zoom and focus features while fixed camera shall support zoom and focus features

1295. 371 Section 5. FR-4. Functional Requirement. 5.4.1 City Surveillance Solition. FR 4.9

The surveillance system shall support following Built-in-Analytics for the Cameras:

Please also allow software based Video analytics

Acceptable as long as overall RFP requirements are met.

1296. 371 FR 4.9 Cameras with Built-in VideoAnalytics

Our Request: - Please consider Software based Video analytics also. The VA and VMS shall be from the same OEM in order to have maximum accuracy and seamless integration.

Query addressed before.

1297. 372 Section 5 FR - 4 Functional Requirements Network Video Recorder (NVR) FR 4.11

NVRs shall be sized to provide minimum 30 days storage assuming recording of 24hrs a day, 7 days a week and 30 days a month at 4 CIF resolution.

Video evidence being one of the major concern to solve major accident quickly, we suggest to consider RAID 5/RAID 6 technology for data security with the feature of Hotspare to obtain uninterrupted video storage option. This feature can help to retrive video data even 1 or 2 HDDs are inactive respectively. Kindly ammend to have NVR which support RAID 5/RAID 6

The conditions mentioned in RFP shall be applicable.

1298. 372 ICOMC_MSI_ All CCTV cameras shall be Please confirm how many cameras Bidder to do site survey and

Page 301: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

301

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

RFP, Section -5, technical requirements, 5.4.1 City Surveillance System, Functional requirement

installed on streetlight poles except for multi-services digital kiosks where they shall be integrated

will be installed on each light poles? What will be the distance between two light poles?

propose solution. Distance between two poles is approximately 20-30 meters, although it may vary due to site conditions.

1299. 372 FR 4.11 NVRs shall be sized to provide minimum 30 days storage assuming recording of 24hrs a day, 7 days a week and 30 days a month at 4 CIF resolution. All NVRs shall be provided in an N+N configuration

Kindly provide the frame rate, whether it is full frame rate or we can select?

Query addressed before.

1300. 373 5.4.1. City Surveillance System, FR - 4 Functional Requirements, FR 4.20

The storage solution proposed is that the video feeds would be available for 30 days. After 30 days, the video feeds would be overwritten or archived unless it is flagged or marked by the Police or BSCL for investigation or any other purpose. The video feeds of all relevant cameras capturing the incident in question would be stored until the Police or BSCL deem it good for deletion.

A. For how many days will flagged video feeds be typically stored? B. For all other systems what will be duration of primary storage and period of archival?

The RFP is self-explanatory.

1301. 373 Section-5 Clause 5.4.1 FR 4.11

Network Video Recorder (NVR) The hardware based NVR system will be a proprietary solution and shall have dependencies / Limitations with VMS OEM. This will also form non compliant for true OPEN system. Hence we request you to replace NVR with NVR/Recording server on COTS basis.The recording servers

The conditions mentioned in RFP shall be applicable.

Page 302: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

302

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

technical specifications shall be as DC server specifications ( 689), i.e., • Latest series/ generation of 64 bit x86 processor(s) with Ten or higher Cores • Processor speed should be minimum 2.4 GHz • Minimum 2 processors per each physical server

1302. 373 Section-5 Clause 5.4.1 FR 4.11

All NVRs shall be provided in an N+N configuration.

This contracts the requirement of FR.4.88 on 384 N+N is a traditional type of redundancy. Here it is assumed that NVRs will have internal storage. This is very expensive solution and out dated solution. All modern Server based recorders support “n+1” or “n+0” redundancy. This will reduce the cost also. Hence we request you to ammend this specification to n+1 redundancy in consistance with FR 4.88.

Query addressed before.

1303. 373 Section-5 Clause 5.4.1 FR 4.12

NVRs shall have in-built capabilities of recording video and audio streams directly from IP based cameras installed at field.

With internal storage, the video footage will be lost if NVR fails. The redundancy will be required on parallel recording mode which will double the overall cost of recording servers. The same functionality is achievable with just one redundant recording servers for multiple physical recording servers if COTS based recording serves with external storage is considered. Hence we request you to ask for centralized and external storage at Command centre.

The conditions mentioned in RFP shall be applicable.

1304. 373 FR 4.1 Network Video Recorder (NVR) The NVR should be replaced with Query addressed before.

Page 303: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

303

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

NVR/Recording server on COTS basis. The recording servers technical specifications shall be as DC server specifications ( 689), i.e., • Latest series/ generation of 64 bit x86 processor(s) with Ten or higher Cores • Processor speed should be minimum 2.4 GHz • Minimum 2 processors per each physical server Our Request: - The hardware based NVR system will be a proprietary solution and shall have dependencies / Limitations with VMS OEM. This will also a NON-compliant for true OPEN system. The offered Servers for Video management system (including DB, VMS, VA and recording servers) shall be of OPEN standards and in order to meet “nonproprietary hardware” requirements, the offered servers shall be of COTS “Commercially Off The Shelf” standards. Bidder shall propose any make and model of servers meeting server specifications as per RFP Each Recording server shall be able to process video feeds of unto 256 videochannels with available capacity to handle 25% additional channels at peak load. (that is 256 + 25%) Video recorder servers shall be able

Page 304: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

304

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

to perform in Physical server environment as well as Virtual environment. The per core total load per physical CORE (total cores per server divided by total number of cameras = total load) shall remain same in virtual environment

1305. 373 FR 4.12 NVRs shall have in-built capabilities of recordingvideo and audio streams directly from IP based cameras installed at field

The control room shall have a centralized and external storage. Our Request: - With internal storage, the video footage will have impacts as follows. Video footage will be lost if NVR fails. The redundancy will be required on parallel recording mode which will double the overall cost of recording servers. The same functionality is achievable with just 1 redundant recording servers for 10 physical recording servers if COTS based recording serves with external storage is considered.

Query addressed before.

1306. 373 FR 4.11 All NVRs shall be provided in an N+N configuration

2n or N+N is a legacy way of redundancy. All modern Server based recorders support “n+1” or “n+0” redundancy. Our Request: - This configuration is asked because of internal storage requirement at NVR level. The same functionality shall be achievable with just 1 redundant recording servers for 10 physical recording servers if COTS based recording serves with external storage is considered.

Query addressed before.

Page 305: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

305

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

The failure of a recording server shall not disturb recording , Live view and playback of recorded videos of the video channels associated with the failed Recording server In case NVR’s are configured in N+1 (as per clause F4.88 @ 384), the recorded video footage will not be available for playing pack in case of NVR failure because the recording would reside in Internal Storage of the NVR and in the event of NVR failure, the associated recording is also lost

1307. 374 ICOMC_MSI_RFP, Section -5, technical requirements, 5.4.1 City Surveillance System, Functional requirement- Recording and Storage

For incidents that are flagged by the Police, BSCL or any court order, the video of the relevant portion from all relevant cameras should be stored/archived separately for investigation purposes and a committee at Authority can decide when this video feed can be deleted.

For the recording of flagged video which kind of storage is required whether the NAS based storage or tape library? What is the capacity of this stoareg required?

The conditions mentioned in the RFP shall be applicable.

1308. 374 ICOMC_MSI_RFP_BBSR, FR4.39

Dockable windows shall include: · Site Explorer · Alarms/Events window · PTZ and advanced telemetry functions · Monitors window · Maps window

Dockable is OEM specific, request you to please remove

Refer to Corrigendum.

1309. 375 ICOMC_MSI_RFP_BBSR, FR 4.41

Video shall normally stream direct from camera to client; streaming via a proxy, or intermediate server shall not be

Direct stream from camera to client should be applicable in case of management server is down. Hope understanding is right, pl. confirm

The RFP is self-explanatory.

Page 306: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

306

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

the normal function of the system but may be selected as an option.

1310. 375 ICOMC_MSI_RFP_BBSR, FR 4.42

A client need not ask “permission” to connect to a camera. The handshake between client and camera shall be done directly.

It is not recommended to allow access to camera with out authentication using NVR/management server, pl. confirm

The RFP is self-explanatory.

1311. 375 ICOMC_MSI_RFP_BBSR, FR 4.52

VMS shall allow users to reveal the hidden zone in live video if the user has the appropriate permission.

we understand that hidden zone is nothing but privacy zone, pl. confirm

Refer to Corrigendum.

1312. 375 ICOMC_MSI_RFP_BBSR, FR 4.53

Users shall be able to save the current zoom/scroll position as a camera view (virtual preset).

its OEM specific feature, pl. remove Refer to Corrigendum.

1313. 375 ICOMC_MSI_RFP_BBSR, FR 4.54

Administrators shall be able to configure hidden zones on fixed cameras.

we understand that hidden zone is nothing but privacy zone, pl. confirm

Refer to Corrigendum.

1314. 375 ICOMC_MSI_RFP_BBSR, FR 4.55

VMS shall allow the display of analytics levels on video.

we understand that levels are nothing but different type of analytics alarms supported, pl. confirm

Refer to Corrigendum.

1315. 375 ICOMC_MSI_RFP_BBSR, FR 4.59

Users shall be able to configure the size for text and icons displayed on video panes. Text and icons can be fixed size or adjust automatically when video pane size changes.

its OEM specific feature, pl. remove Refer to Corrigendum.

1316. 376 ICOMC_MSI_RFP_BBSR, FR 4.61

Event Counting: The Video Management System shall allow users to view a count of analytics events on the video pane while video is being displayed. The Video Management System shall allow users to reset the event

Smart city platform will be aggregation layer for analytics hence pl. allow meeting this requirement with Smart city platform or VMS, pl. confirm

Query addressed before.

Page 307: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

307

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

count for a camera.

1317. 376 ICOMC_MSI_RFP_BBSR, FR 4.63

Audio in Live Video: • Users shall be able to listen to audio from multiple cameras through PC speakers. • Users shall be able to speak to one or more cameras through a PC microphone.

IP based system is asked as per spec hence request you to please remove Analog monitors

Refer to Corrigendum.

1318. 376 ICOMC_MSI_RFP_BBSR, FR 4.63

Audio in Live Video: • Users shall be able to listen to audio from a camera through monitor’s speakers.

this situation will not arise since audio is associated with video, pl. confirm

Refer to Corrigendum.

1319. 376 ICOMC_MSI_RFP_BBSR, FR 4.62

Live Video on Analog or Digital Monitors: • The Video Management System shall be able to display camera information in the On Screen Display (OSD): Ø Camera name Ø Date and time • The Video Management System shall support point to point connections for the following data: Ø Video (SD only) Ø Audio transmit and receive Ø Serial

Pl. clarify what is SD? And remove Serial as it not applicable for IP based system

Refer to Corrigendum.

1320. 376 ICOMC_MSI_RFP_BBSR, FR 4.64

PTZ Control: · Users shall be able to copy custom PTZ commands from one camera to another.

Every camera will have different FOV hence copy custom commands will not help. Pl. remove this requirement

Refer to Corrigendum.

1321. 378 ICOMC_MSI_RFP_BBSR, FR 4.66

Playback on PC Screen or Video Wall: · The Video Management System shall play back synchronized recorded audio in

Its not applicable since operator can not listen to multiple audios at any given point in time hence pl. remove this requirement

Refer to Corrigendum.

Page 308: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

308

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

each video pane.

1322. 378 ICOMC_MSI_RFP_BBSR, FR 4.66

Playback on PC Screen or Video Wall: · The Video Management System shall provide a jog shuttle speed control for fast forward and rewind.

Clause applicable for analog based system. IP based system does not need jog, request you to pl. remove

Refer to Corrigendum.

1323. 378 ICOMC_MSI_RFP_BBSR, FR 4.66

Playback on PC Screen or Video Wall: · Users shall be able to reveal the hidden zone in recorded video if user has the appropriate permission.

Its not a valid requirement since hidden zones once recorded can not be altered, request you to please remove

Refer to Corrigendum.

1324. 378 ICOMC_MSI_RFP_BBSR, FR 4.66

Playback on PC Screen or Video Wall: · Users shall be able to remove interlacing artifacts from 4CIF video.

Not applicable with IP cameras, please remove

Refer to Corrigendum.

1325. 378 ICOMC_MSI_RFP_BBSR, FR 4.66

Playback on PC Screen or Video Wall: · Users shall be able to display analytics levels on video.

we understand that levels are nothing but different type of analytics alarms supported, pl. confirm

Refer to Corrigendum.

1326. 379 ICOMC_MSI_RFP_BBSR, FR 4.67

Motion Search: · Users shall be able to adjust the motion threshold used for thumbnails and for moving playback to next/previous motion.

OEM specific point, request you to please remove

Refer to Corrigendum.

1327. 379 ICOMC_MSI_RFP_BBSR, FR 4.69

The Video Management System shall support the following options for motion search: · Directional motion search - for objects moving in a particular direction · It shall be possible to combine motion search modes to further

OEM specific point, request you to please remove

Clause not found.

Page 309: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

309

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

refine the search. · Users shall be able to adjust the speed and granularity of the motion search.

1328. 379 ICOMC_MSI_RFP_BBSR, FR 4.68

Audio Search: · Users shall be able to search for sounds in recorded footage from a selected time and display an audio level profile on the timeline. · Users shall be able to adjust the audio threshold used for thumbnails and for moving playback to next/previous sound.

OEM specific point, request you to please remove

Refer to Corrigendum.

1329. 379 ICOMC_MSI_RFP_BBSR, FR 4.69

Thumbnails: · The Video Management System shall be able to display thumbnail images taken from the video footage in the current time line period. Thumbnails can be displayed by: Ø Time: At equal intervals across the timeline period depending on the number of thumbnails set for the user. Ø Alarms: One image for each alarm in the period. Ø Bookmark: One image for each bookmark in the period Ø Motion: One image for each time motion goes above a configurable threshold Ø Audio: One image for each time the audio goes above a configurable threshold Ø Users shall be able to play back a recording from a selected

OEM specific point, request you to please remove

Refer to Corrigendum.

Page 310: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

310

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

thumbnail

1330. 380 ICOMC_MSI_RFP_BBSR, FR 4.70

Bookmarks: · Users shall be able to add a bookmark to a recording for a camera at a specified time. Ø Site name Ø Camera name Ø Time range · The Video Management System shall support permissions for bookmarks so that only those users with the appropriate security level can view bookmarks created by users at the same level as them or below.

OEM specific point, request you to please remove

Refer to Corrigendum.

1331. 380 ICOMC_MSI_RFP_BBSR, FR 4.70

Bookmarks: · Detailed search options shall allow for filtering of bookmarks e.g. by time, by user.

hope searh options shall allow time or text, pl. confirm

Yes.

1332. 381 ICOMC_MSI_RFP_BBSR, FR 4.71

Incident Export: · Users shall be able to add additional clips to existing incidents.

There is no such use case for adding additional clips to already exported clips, request you to pl. remove

Refer to Corrigendum.

1333. 381 ICOMC_MSI_RFP_BBSR, FR 4.72

· The GUI shall allow addition, removal and edit of clips involved in the summary. This editing should be done via GUI.

Since any alteration will tamper clips hence is not recommended, pl. remove

Refer to Corrigendum.

1334. 382 ICOMC_MSI_RFP_BBSR, FR 4.73

· Users shall be able to play back recorded video on an analog monitor from a selected time.

Analog monitornot applicable hence please remove

Refer to Corrigendum.

1335. 382 ICOMC_MSI_RFP_BBSR,

Users shall be able to specify an alternative NVR to record to during a video “lockout” for either

Its as good as shutdown condition. Please remove

Refer to Corrigendum.

Page 311: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

311

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

FR 4.83 a camera or a site. Lockout permission can be used to prevent all other users from viewing and recording from a selected camera or all cameras in a selected site.

1336. 383 ICOMC_MSI_RFP_BBSR, FR 4.86

Users shall be able to protect/unprotect recordings.

Pl. clarify the purpose of unprotect? The RFP is self-explanatory.

1337. 383 ICOMC_MSI_RFP_BBSR, FR 4.95

The Video Management System shall support NVR fault alarm inputs, including: · Redundant power failure · Redundant network failure

OEM specific point, request you to please remove

Refer to Corrigendum.

1338. 384 ICOMC_MSI_RFP_BBSR, FR 4.102

Users shall be able to dock the alarm viewing window below the Live View or Playback View windows.

hope multiple windows are fine, pl. confirm

The conditions mentioned in the RFP shall be applicable.

1339. 384 ICOMC_MSI_RFP_BBSR, FR 4.104

The Video Management System shall support set and unset of alarm zones such that alarms are only generated when the alarm zone is set.

We understand that it motion zone in ROI, pl. confirm

Refer to Corrigendum.

1340. 384 ICOMC_MSI_RFP_BBSR, FR 4.105

Users shall be able to configure the time schedule for each alarm zone – different start and end times for each day and multiple time periods per day.

Scheduling is supported per camera and not based on alarm zone, pl. remove

Refer to Corrigendum.

1341. 385 ICOMC_MSI_RFP_BBSR, FR 4.118

Users shall be able to configure a second authorizing user for alarm clearing and relay actions – second user has to enter a password to authorize these functions.

OEM specific point, request you to please remove

Refer to Corrigendum.

Page 312: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

312

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

1342. 385 ICOMC_MSI_RFP_BBSR, FR 4.123

When all alarm video is cleared from a viewing pane the Video Management System shall display video and layout being viewed before any alarm was displayed.

OEM specific point, request you to please remove

Refer to Corrigendum.

1343. 385 ICOMC_MSI_RFP_BBSR, FR 4.128

The Video Management System shall provide a toolbar option on all live viewing panes to copy the current video stream into the spot monitor.

OEM specific point, request you to please remove

Refer to Corrigendum.

1344. 386 ICOMC_MSI_RFP_BBSR, FR 4.130

The Video Management System shall allow the video sequence that was viewed in the spot monitor by a selected user in a selected time period to be exported as a single incident.

OEM specific point, request you to please remove

Refer to Corrigendum.

1345. 386 ICOMC_MSI_RFP_BBSR, FR 4.131

Users shall be able to review all video watched by a selected user in a selected time period in an incident player. The video should be played back as one sequence in a single video pane.

OEM specific point, request you to please remove

Refer to Corrigendum.

1346. 386 ICOMC_MSI_RFP_BBSR, FR 4.133

The Video Management System shall not generate new alarms for subsequent detector activations within the same zone so that the user only has one alarm to handle.

multiple cameras will be assigned to one zone henceall cameras will raise alarms and suppression of alarm is not recommeded, pl. remove

Refer to Corrigendum.

1347. 386 ICOMC_MSI_RFP_BBSR, FR 4.136

When an alarm happens, the Video Management System shall be able to show live video from a camera on one pane and beside it show a looped replay from just before the alarm to just after.

Other methid of operation available like switching between live to playback. This OEM specific point, request you to please remove

Refer to Corrigendum.

Page 313: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

313

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

1348. 386 ICOMC_MSI_RFP_BBSR, FR 4.137

From a looped replay, users shall be able to quickly jump to continuous replay from the alarm time.

OEM specific point, request you to please remove

Refer to Corrigendum.

1349. 387 ICOMC_MSI_RFP_BBSR, FR 4.147

The Video Management System shall be able to escalate alarms to other user groups if the alarm is not cleared within a pre-defined time period.

OEM specific point, request you to please remove

Refer to Corrigendum.

1350. 387 ICOMC_MSI_RFP_BBSR, FR 4.151

Users shall be able to authorize an alarm to be cleared, by a second user entering a password.

OEM specific point, request you to please remove

Refer to Corrigendum.

1351. 387 ICOMC_MSI_RFP_BBSR, FR 4.157

The VMS shall support the ability to search and filter data records using the following: · A partial text string to search data record · Source IP address of data · Name of Data source

OEM specific point, request you to please remove

Refer to Corrigendum.

1352. 387 ICOMC_MSI_RFP_BBSR, FR 4.162

The relay activation shall be pulsed with a configurable pulse time period.

OEM specific point, request you to please remove

Refer to Corrigendum.

1353. 388 ICOMC_MSI_RFP_BBSR, FR 4.169

Users shall be able to manage the bandwidth used for network scans by configuration of: · Monitor period (mins) · Minimum check interval (msec) · Perform fast check on log in · Perform fast check on refresh

We understand that these are feature of EMS, pl. confirm

Refer to Corrigendum.

1354. 388 ICOMC_MSI_RFP_BBSR,

Users shall be able to set sites to offline mode. In this mode, all

Its as good as shutdown condition. Please remove

Refer to Corrigendum.

Page 314: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

314

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

FR 4.172 automatic communication with the site will be halted, while still allowing requested traffic.

1355. 388 ICOMC_MSI_RFP_BBSR, FR 4.174

The Video Management System shall notify users when device times are not synchronized with the viewing PC (more than 60 seconds out).

Time sync is NTP feature hence should not be restricted to VMS

Refer to Corrigendum.

1356. 388 ICOMC_MSI_RFP_BBSR, FR 4.176

Users shall be able to view the current status of an NVR with visual indicators showing whether each item is OK or indicates problems: · Maximum streams · Maximum third party streams · Number of cameras recording · Number of cameras not recording · Number of recordings · Maximum recordings · Age of last deleted recording (indicates storage being achieved for each camera) · NVR time (in UTC)

No use case avilable, OEM specific point hence request you to please remove

Refer to Corrigendum.

1357. 389 ICOMC_MSI_RFP_BBSR, FR 4.177

Users shall be able to view per camera disk utilization for an NVR. Display a list of cameras being recorded by an NVR, showing the cameras with the highest disk usage at the top. Display the following info. For each camera: · Start time of first recording · End time of last recording

No use case avilable, OEM specific point hence request you to please remove

Refer to Corrigendum.

Page 315: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

315

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

· Total size of all recording · Total duration of all recordings · Recording rate (total size / total duration), in kbps

1358. 389 ICOMC_MSI_RFP_BBSR, FR 4.185

Users shall be able to limit the number of time-based thumbnail images that a user or member of a user group will display at once.

OEM specific point, request you to please remove

Refer to Corrigendum.

1359. 389 ICOMC_MSI_RFP_BBSR, FR 4.188

· Hidden zone (live or playback) – access video behind a hidden zone

Hope its privacy masking please confirm

Refer to Corrigendum.

1360. 389 ICOMC_MSI_RFP_BBSR, FR 4.188

· Audio (live or playback) – receive audio from a device

Hope its for audio with video as only audio not possible

Refer to Corrigendum.

1361. 389 ICOMC_MSI_RFP_BBSR, FR 4.188

· Work offline No use case avilable, OEM specific point hence request you to please remove

Refer to Corrigendum.

1362. 390 ICOMC_MSI_RFP_BBSR, FR 4.190

Users shall be able to configure application settings specific to each PC, including: · Enable or disable the application as the topmost window · Video pane text scale factor (% of the default text size)

OEM specific point hence request you to please remove

Refer to Corrigendum.

1363. 391 ICOMC_MSI_RFP_BBSR, FR 4.198

The Video Management System shall remember display settings on a PC for each user at log off and restore settings at log in: · Which cameras are displayed in which video panes · PTZ controls displayed · Map window position · Alarm window position · Video window positions

No use case avilable, OEM specific point hence request you to please remove

Refer to Corrigendum.

Page 316: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

316

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

(default hidden) · Main window size and position and site explorer width · Recording calendar displayed

1364. 391 ICOMC_MSI_RFP_BBSR, FR 4.200

Users shall be able to change their default location on the tree hierarchy.

No use case avilable, OEM specific point hence request you to please remove

Refer to Corrigendum.

1365. 391 ICOMC_MSI_RFP_BBSR, FR 4.204

The audit trail shall log the following user actions to the audit trail database: · User changed "home" site · User starting playing back a recording (forward) · User started playing back a recording (backwards) · User stopped playing back a recording · User denied playing back a recording or playback failed · User released control of a PTZ camera

OEM specific point hence request you to please remove

Refer to Corrigendum.

1366. 391 ICOMC_MSI_RFP_BBSR, FR 4.209

· User stops playing live video from a specific camera

No use case avilable, OEM specific point hence request you to please remove

Refer to Corrigendum.

1367. 393 ICOMC_MSI_RFP_BBSR, FR 4.219

Users shall be able to move devices, and other items such as sequences, salvos, and sub sites from one site to another by dragging and dropping.

No use case avilable, OEM specific point hence request you to please remove

Refer to Corrigendum.

1368. 394 ICOMC_MSI_RFP_BBSR, FR 4.228

Users shall be able to add cameras to map via drag and drop.

Each OEM has different tools and ways to meet functionality and not exactly asked here, Pl. allow for same.

Acceptable. Overall solution should be as per RFP.

1369. 394 ICOMC_MSI_RFP_BBSR,

For alarm zones, users shall be able to have options to not

No use case avilable, OEM specific point hence request you to please

Refer to Corrigendum.

Page 317: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

317

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

FR 4.231 display the alarm icon and/or name unless the alarm is active.

remove

1370. 394 ICOMC_MSI_RFP_BBSR, FR 4.232

For zones and detectors, users should be able to configure a detector/zone area on the map.

pl. clarify the purpose Refer to Corrigendum.

1371. 394 ICOMC_MSI_RFP_BBSR, FR 4.238

Users shall have the option of scaling icons to a fixed zoom level.

OEM specific point hence request you to please remove

Refer to Corrigendum.

1372. 394 ICOMC_MSI_RFP_BBSR, FR 4.240

Users shall be able to display live and recorded video from any camera on a map (drag and drop).

Each OEM has different tools and ways to meet functionality and not exactly asked here, Pl. allow for same.

Acceptable. Overall solution should be as per RFP.

1373. 394 ICOMC_MSI_RFP_BBSR, FR 4.241

Users shall be able to view video from some or all of the cameras on a map via drag- select.

Each OEM has different tools and ways to meet functionality and not exactly asked here, Pl. allow for same.

Acceptable. Overall solution should be as per RFP.

1374. 395 Section 5 TR-4 Technical Requirement Fixed and PTZ Camera, Lenses and Mounts

TR4.5 - Video output resolution shall not be less than 1920x1080 pixels. TR 4.20 - Fixed Camera resolution shall be 2048 x 1536 or better.

For the mentioned technical specs of camera, two different resolution has been mentioned i.e. 2MP (1920x1080) and 3MP (2048x1536). As per our experience, 2MP camera will be sufficient for the mentioned application and will be economical financially. Thus, requesting you to kindly mention only single resolution to avoid confustion. Recommend resolution to be ammend is Full HD 2MP (1920x1080)

The conditions mentioned in the RFP shall be applicable.

1375. 395 Section 5 TR-4 Technical Requirement Fixed and PTZ Camera,

To be added Monitoring the city is higly crucial, the recordering of the video also need to be highly stable. Thus, we would recommend few major features at camera end to obtain high clarity and stable video feeds.

The conditions mentioned in the RFP shall be applicable.

Page 318: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

318

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Lenses and Mounts TR.4.7

1) Enchanced/Electronic Image Stablization (EIS) - which reduces the effects of vibration in a video. Thus provide stable video stream instead of random vibrations due to pole. 2) Defog - when the environment is foggy and the image is misty,it enhances the subtle details so that the image appears clearer. 3) 3D DNR - reduces the noise in the video stream. The we highly recommend to ammend these features for Fixed and PTZ cameras - EIS, Defog, 3D DNR - Support

1376. 395 TR-4 Technical Requirement Fixed and PTZ Camera, Lenses and Mounts TR.4.9

To be added Due to outdoor enviornment, the camera must have true WDR feature to avoid dark image of the object which is obtained under the influence of strong light source in the background. Thus, avoid such darkness over the area of interest under the sunlight. Kindly ammend that the Fixed and PTZ camera should be support True WDR - 120dB or better

The conditions mentioned in the RFP shall be applicable.

1377. 396 Section 5 TR-4 Technical Requirement Fixed and PTZ Camera, Lenses and Mounts TR.4.11

H.264 Video compression technique

H.264 is the old video compression technology, whereas, H.265 is the latest video compression technology. This compression technology which is being used by many leading brands and helps to reduce the bandwidth and storage consumption. Thus, reducing the load over network and storage complexity. Thus will be more

The conditions mentioned in the RFP shall be applicable.

Page 319: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

319

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

economical financially too. Thus, kindly make it compulsory for the quoting H.265 compatible fixed and PTZ Camera

1378. 396 Section 5 TR-4 Technical Requirement Fixed and PTZ Camera, Lenses and Mounts TR.4.19

For fixed cameras, the IR shall support a range of at least 50m

As per the lens size mentioned in TR 4.20 (2.8~10mm), the maximum visibility of the camera is around 20~25m. Thus, IR range 30m will be sufficient to meet the requirement and prove an economical solution. Thus, kinldy ammend IR range as 30m for economical solution.

Refer to Corrigendum.

1379. 396 Section 5 TR-4 Technical Requirement Fixed and PTZ Camera, Lenses and Mounts TR.4.20

The fixed camera shall provide a minimum focal length range of 2.8-10 mm compensated with a minimum 12x digital zoom

It is highly recommended to have motorized lens for fixed camera. Thus allowing the user to zoom IN/OUT remotely for major event or else when require. It can also be varied as per the site requirement, thus reducing the dependency over Bidder and minimizing maintainance cost. Making the process hurdle free. Thus, kindly ammend motorized lens for fixed camera.

The conditions mentioned in the RFP shall be applicable.

1380. 396 Section 5 TR-4 Technical Requirement Fixed and PTZ Camera, Lenses and Mounts TR.4.21

Lens of 4.3mm-129mm with minimum 35X optical and 12X digital zoom.

There is a descripency between the lens size and optical zoom, whereas they are internally related. Lens size 4.3~129mm support 30x Optical zoom but we suggest to go for 35x optical zoom with lens size 4.3~105.5mm or better. Kindly ammend Optical Zoom - 35x and Lens size - 4.3 to 150.5mm or better.

Refer to Corrigendum.

1381. 396 Section5 Pan speed shall be between 0.1- The PTZ with in-built IR is not Refer to Corrigendum.

Page 320: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

320

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

TR-4 Technical Requirement Fixed and PTZ Camera, Lenses and Mounts TR.4.21

350°/s and Tilt speed shall be 0.1-350°s.

recommended to have such high Pan and Tilt speed. This might create shadow image when performing Pan or Tilt operation as such speed. Thus, recommended Pan and Tilt speed for the IR PTZ should be - Pan Speed - 240°/s Tilt Speed - 200°/s

1382. 396 TR.4.11 H.264 Video compression technique

H.264 is the old video compression technology, whereas, H.265 is the latest video compression technology. This compression technology elps to reduce the bandwidth and storage consumption. Kindly confirm where H.265 compression technique cameras can be offered?

Query addressed before.

1383. 396 TR.4.21 Lens of 4.3mm-129mm with minimum 35X optical and 12X digital zoom.

There is a descripency between the lens size and optical zoom, whereas they are internally related. Lens size 4.3~129mm support 30x Optical zoom but we suggest to go for 35x optical zoom with lens size 4.3~105.5mm or better. Kindly ammend Optical Zoom - 35x and Lens size - 4.3 to 150.5mm or better.

Refer to Corrigendum.

1384. 396 FR - 4 Functional Requirements; Section 5 Technical Requirement TR 4.12

The cameras shall capture audio and compress using G.711 technique and transmit real-time using fibre optic based communications system.

Based on our practical experience we suggest that the requirement for audio be removed ; as better more economical and functionally fit requirement is met with external specialised equipment ; the cameras from maintenance perspective are preffered to be powered by POE

The conditions mentioned in the RFP shall be applicable.

Page 321: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

321

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

1385. 396 FR - 4 Functional Requirements; Section 5 Technical Requirement TR 4.17

The camera shall support audio compression using the G.711 compression algorithm, streaming @ 32Kbps per channel sampled at 8KHz or 16KHz with a 16bit resolution.

Based on our practical experience we suggest that the requirement for audio be removed ; as better more economical and functionally fit requirement is met with external specialised equipment

The conditions mentioned in RFP shall be applicable.

1386. 396 FR - 4 Functional Requirements; Section 5 Technical Requirement TR 4.18

The camera shall support on-board storage via micro SDHC slot and card with a minimum capacity of 64 GB.

We request for consideration of 32GB or higher SDHC card

The conditions mentioned in the RFP shall be applicable.

1387. 396 FR - 4 Functional Requirements; Section 5 Technical Requirement TR 4.19

All cameras shall have integral in-built adaptive IR technology. For fixed cameras, the IR shall support a range of at least 50m and for PTZ it shall support a range of at least 200m moving with zoom (adaptive).

We request that for fixed camera the IR be changed to either 30 meters with 850nM or better IR solutions

The conditions mentioned in the RFP shall be applicable.

1388. 396 FR - 4 Functional Requirements; Section 5 Technical Requirement TR 4.20

For Fixed Cameras: • The fixed camera shall provide a minimum focal length range of 2.8-10 mm compensated with a minimum 12x digital zoom and shall be remotely controllable from the camera control transmitter at ICOMC. • The fixed camera shall capture video using 1/3” progressive scan CMOS or better. • Fixed Camera resolution shall be 2048 x 1536 or better.

We request that the Lens options be revised as follows 2.8-8mm or better motorized ;remote zoom,remote focus capable ; 9-36mm or better motorized ;remote zoom,remote focus capable

The conditions mentioned in the RFP shall be applicable.

1389. 396 Section 5. TR-4. Technical

Automatic light range circuits shall be included to provide

Kindly clarify the light range. We suggest to modify the clause as

The conditions mentioned in the RFP shall be applicable.

Page 322: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

322

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Requirement 5.4.1 City Surveillance Solition. TR 4.10

compensation for variations in scene brightness. The circuits shall provide pictures over a light range of 1 million to 1.

"Automatic light range circuits shall be included to provide compensation for variations in scene brightness by using 120dB True WDR technology, Auto White Balance with color range upto 8000"

1390. 396 Section 5. TR-4. Technical Requirement 5.4.1 City Surveillance Solition. TR 4.12

The cameras shall capture audio and compress using G.711 technique and transmit real-time using fibre optic based communications system.

IP Cameras have RJ-45 for connectivity purpose. Fiber Optic is generally is a separate system and does not belong to camera OEM. Please change the clause to " The cameras shall capture audio and compress using G.711 technique and transmit real-time using IP Network"

The conditions mentioned in RFP shall be applicable.

1391. 396 Section 5. TR-4. Technical Requirement 5.4.1 City Surveillance Solition. TR 4.13

All cameras shall support on-board real-time video content analysis.

Please also allow software based Video Content Analysis. Hence please make this feature optional through software based solution.

Query addressed before.

1392. 396 Section 5. TR-4. Technical Requirement 5.4.1 City Surveillance Solition. TR 4.20

For Fixed Camera: The fixed camera shall provide a minimum focal length range of 2.8-10 mm compensated with a minimum 12x digital zoom and shall be remotely controllable from the camera control transmitter at ICOMC.

Please clarify the "remotely controllable" functionality. We understand that it remote motorized zoom of lens. 12X digital zoom from FIXED camera can be achieved from VMS client, pl. allow.

The conditions mentioned in the RFP shall be applicable.

1393. 396 Section 5. TR-4. Technical Requirement 5.4.1 City

For PTZ camera: Camera shall have capabilities of Tilt of 180°.

As per standard all leading OEMs support Tilt -10° to 90° with 180° auto flip" as the camera tilts from -10° to 90° and then flips to tilt

The conditions mentioned in the RFP shall be applicable.

Page 323: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

323

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Surveillance Solition. TR 4.21

further. Request you to please modify

1394. 396 Section 5. TR-4. Technical Requirement 5.4.1 City Surveillance Solition. TR 4.21

For PTZ camera: Lens of 4.3mm-129mm with minimum 35X optical and 12X digital zoom.

As per standard, lens specification min. upto 170mm zoom, 30x optical or better, 12x Digital Zoom or better are used, Request you to please modify

Refer to Corrigendum.

1395. 396 Section 5. TR-4. Technical Requirement 5.4.1 City Surveillance Solition. TR 4.21

For PTZ camera: • Pan speed shall be between 0.1-350°/s and Tilt speed shall be 0.1-350°s.

As per standard, PAN speed to max. upto 200°/s and TILT speed to max. upto 120°/s as cameras are bulkier with additional IR Circuitary. Please allow this change.

Refer to Corrigendum.

1396. 396 Section 5. TR-4. Technical Requirement 5.4.1 City Surveillance Solition.

FIXED & PTZ Camera Operating Tempreature is missing.

Please include operating tempreature range of 0°C to 60°C for FIXED & PTZ. This is very important feature since camera should be operational in ourdoor condition.

Refer to Corrigendum.

1397. 397 Section 5 TR-4 Technical Requirement Network Video Recorder (NVR) TR.4.33

The NVR shall support both Linux and Windows platform.

The NVR is an embedded based system which operated over Linux based. Whereas, the VMS software supportes windows platform. Thus requesting to ammend as Operating system of NVR as Linux or Windows Platform or To be specified by Bidder

Refer to Corrigendum.

1398. 397 Section 5 TR-4 Technical Requirement Network Video

The NVR shall have failover and redundancy built in with seamless playback without manual intervention.

In case of network failure of actual working NVR, seamless recording and live view can be done by redundant NVR, playback can be done once the network of actual

The conditions mentioned in the RFP shall be applicable.

Page 324: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

324

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Recorder (NVR) TR.4.35

NVR resumes. But in case of complete NVR failure, HDD needs to be shift from working NVR to redundant NVR to get the playback where Manual intervention is required. Thus, recording failover redundancy technology is for seamless, recording and live viewing, while playback can't be done seamlessly.Request you to ammend the clause to NVR shall support failover and recording redunacy built in seamless without manual intervention

1399. 397 Section 5 TR-4 Technical Requirement Network Video Recorder (NVR) TR.4.37

To be added ANR feature is best feature to obtain or retrive all the videos irrespective of network failover. Wherein, during the time of network failover, the recording will be done in SD Card available inside the camera. As soon as the network will be active, the NVR will pull all the data missing. Thus we strongly request to ammend the feature of ANR.

The conditions mentioned in the RFP shall be applicable.

1400. 397 Section 5 TR-4 Technical Requirement Network Video Recorder (NVR)

To be added In case of reducing the cost of project and complexity of network and storage, we recommended that all the cameras should support H.265. Thus, it is also equally important that the NVR should support H.265 video compression. Thus kindly ammend that the NVR should support H.265 video compression.

The conditions mentioned in the RFP shall be applicable.

1401. 397 ICOMC_MSI_RFP_BBSR,

The NVR shall support both Linux and Windows platform.

All major Video management system OEM support windows

The conditions mentioned in the RFP shall be applicable.

Page 325: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

325

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

TR 4.33 based Operating system hence allow Linux or windows.

1402. 398 ICOMC_MSI_RFP, Section -5, technical requirements, 5.4.1 City Surveillance System, Network Video Recorder

All equipment shall be designed to provide a usable life of not less than 15 years.

ow a days the technology refresh is happening at such fast pace that aftr 5-7 years technology changes. We request to kindly consider this change the usable life to 5-7 years.

The conditions mentioned in RFP shall be applicable.

1403. 398 ICOMC_MSI_RFP_BBSR, TR 4.50

The software shall allow the removal of interlacing artifacts from 4SIF video using the following criteria: · Best performance · Best image quality · Smoothest rendering

Not applicable with IP based system, pl. remove

Refer to Corrigendum.

1404. 380 Public Address System (PAS)- General

As per RFP: You have asked for Analog PA system. Latest Trend is for IP PA systems which have many advantages over analog such as Built in Amplifier, VOIP enabled etc. Also Its flexible to use with Open Standards Software. Hence we would recommend to consider IP Based PA Systems

The conditions mentioned in RFP shall be applicable.

1405. 371 5.4. Smart Response and Incident Management System 5.4.1. City Surveillance System FR - 4 Functional Requirements

Request you to share the detailed Specifications for all cameras

RFP is clear.

1406. 396 TR - 4 Technical Requirements TR 4.19

All cameras shall have integral in-built adaptive IR technology. For fixed cameras, the IR shall support a range of at least 50m and for PTZ it shall support a

TO achieve this, there shall be enough Even lighting across all the desired location, Since during light the images captured will be B/W and shall not be accpetable in court

Refer to Corrigendum.

Page 326: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

326

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

range of at least 200m moving with zoom (adaptive).

as Evidence. Hence recommend you to add White Light Soucre in the Bid to achieve the same.

1407. 396 TR 4.20 For Fixed Cameras: • The fixed camera shall provide a minimum focal length range of 2.8-10 mm compensated with a minimum 12x digital zoom and shall be remotely controllable from the camera control transmitter at ICOMC. • The fixed camera shall capture video using 1/3” progressive scan CMOS or better. • Fixed Camera resolution shall be 2048 x 1536 or better.

Fixed Camera resolution shall be 2048 x 1536 is not a standard resolution, Request you to change to 1920x 1080 as per HDTV and SMPTE Standards

The conditions mentioned in the RFP shall be applicable.

1408. 396 TR 4.21 For PTZ Cameras: • Camera shall have capabilities of PAN of 360° continuous. • Camera shall have capabilities of Tilt of 180°. • Lens of 4.3mm-129mm with minimum 35X optical and 12X digital zoom. • PTZ camera shall capture video using minimum 1/3” type CMOS sensor or better. • It shall support resolution of 1920x1080 or better. • Camera shall support tilt of 100° either side. The tilt capability shall include both the horizontal (level view) and vertical (downward view) position. If the camera travels beyond straight down, automatic image flip circuitry shall prevent

Request you to change the lens to 30x Optical as Major Camera OEM have 30x Zoom with 1920 x 1080 resolution

Refer to Corrigendum.

Page 327: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

327

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

the display of an inverted image. • The pan and tilt mechanism shall be an integral part of the camera.

1409. How many intersections and vehicles are within scope for the required preemption and priority system?

The indicative list is provided in Exhibit B. Any other deletion/addition will be decided in consultation with the successful bidder

1410. For ICOMC_MSI_RFP_BBSR.pdf document, confirm that the following s are the only specification/requirements within the document that apply to transit priority and/or emergency preemption systems (s 159, 180, 186, 187, 308)

The MSI to review the RFP in detail to identify all locations where there requirements are specified.

1411. For ICOMC_MSI_RFP_BBSR.pdf document, confirm that the acronym TSP is the acronym consistently used for "Telecom Service Provider" and not "Transit Signal Priority" throughout the entire document

TSP reference in Smart Traffic and Smart Transit refers to Transit Signal Priority; while TSP reference in Communication Networks refers to 'Telecom Service Provider'.

1412. Will all the appropriate hardware (at vehicle, back office and intersections) be in place before priority/preemption is supplied?

The successful bidder shall work with the client to identify the dependencies in the Project Plan.

1413. Which CAD/AVL vendors are being considered? Can specification documents from these vendors be provided for review?

CAD/AVL units and system to be provided by MSI.

1414. Which ATMS vendors are being considered?

It is in the MSI scope. MSI to propose equipment as per RFP

Page 328: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

328

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

requirement

1415. How will the integrity/reliability of the cellular network be qualified?

MSI to conduct a thorough site survey and provide statistics on which network provider is best for data connectivity.

1416. What will be the source of GPS signals to vehicles?

It is in the MSI scope. MSI to propose equipment as per RFP requirement

1417. Will there be a central authority responsible for managing the preemption and priority system?

BSCL will be the central authority who will coordinate with Traffic Police and BPTSL for preemption and priority, respectively.

1418. Will the customer grant remote access to the preemption and priority system once it’s deployed?

The system shall provide the flexibility to grant remote access.

1419. What’s the preferred approach to vehicle software deployment and updates?

MSI to propose in their solution. Over-the-Air updates shall be required for all minor updates.

1420. Is the customer open to a distributed system, or does it have to be centralized?

It shall be a centralized system

1421. What is the communications infrastructure between the bus and the transit operations center

The communication infrastructure should meet the requirements of a standard CAD/AVL system.

1422. What is the communications infrastructure between the TOC and the traffic management center

It shall be as per MSI solution.

1423. Is the server at the TMC that can dedicated to managing priority data?

It shall be as per MSI solution.

1424. What is the (fiber and/or cellular) communications infrastructure between the TMC and each intersection?

The Signals SI is responsible for providing leased line connectivity of 1Mbps for one year, subsequent to that the MSI OFC shall be

Page 329: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

329

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

connecting to the intersections.

1425. Can local traffic controllers and cabinets accept preemption inputs from external devices such as the phase selectors

Yes, but the architecture requested is center-to-center communications (AVL application sends request to Traffic Signals application in the control center) for priority and preemption.

1426. Are there ethernet based data communications to each cabinet with a spare port on the switch for phase selector communications

The architecture requested is center-to-center communications (AVL application sends request to Traffic Signals application in the control center) for priority and preemption.

1427. IDoes this county require European standards (CE) or US standards for power inside the traffic cabinet?

220-240V AC power.

1428. Can an additional antenna and radio be installed on each bus in order to communicate with each intersection?

We did not ask for TSP/Preemption Antenna and receiver. The architecture requested is center-to-center communications (AVL application sends request to Traffic Signals application in the control center) for priority and preemption.

1429. CCTV Survellance Systems The conditions mentioned in the bidding documents shall be applicable.

1430. a. Multiple Streams Request you to add Minimum 4 Streams, H.264, 25 fps, 1920 x 1080 resolution for better performance of the entire system. As it is required for multiple location viewing, Recording and Analytics

The conditions mentioned in RFP shall be applicable.

1431. b. Bandwidth Consumption/ It is recommended to consider this The conditions mentioned in RFP

Page 330: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

330

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Storage parameter for entire project as this would also increase the project cost, power and infrastructure cost. We would suggest you to include the below points as well which will also help to optimize the network load, Storage and Infrastructure Cost of the entire network: a. Dynamic frame rate and GOP which shall allow Bandwidth and Storage Optimization and reducing the bitrate by avoiding unnecessary encoding of video frames. b. Dynamic Region Of Interest which will optimize bandwidth in real-time by analyzing where available bits will give the maximum benefit from a forensic perspective

shall be applicable.

1432. c. Analytics It is recommeneded to consider Edge Based Analytics for Major Applications as this helps to get real time alerts, reduce network load, reduce processing time and power/ infrastructure cost of the entire project

The conditions mentioned in RFP shall be applicable.

1433. d. In House Processor It is recommended to consider True IP CCTV Cameras with In house processor as it helps to optimize the Entire System, Having Multiple streams, Edge Based Analytics, Better image quality, compression

The conditions mentioned in RFP shall be applicable.

1434. e. CE, FCC, EN, UL, IEC Standards

Is it recommended to consider the standards for safte of the equipments and reliability

The conditions mentioned in RFP shall be applicable.

1435. f. All Cameras shall comply to SMPTE and HDTV standards

It is recommended to consider these standards as it provides

The conditions mentioned in RFP shall be applicable.

Page 331: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

331

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

better colour reproduction, Resolution and Frame Rate

1436. g. Cyber Security It is recommended to consider cyber security polices for all cameras as these cameras may be prone to Cyber Attack. We recommend to add below features which will restrict unauthorized access to the network and IP CCTV system. This also help to increase the network security of the entire network by enabling the below features: a. Enable encryption with digital signatures, HTTPS b. IP address filter c. IEEE 802.1x network d. SNMP e. Client accounts & privileges f. Service configuration g. Monitoring h. Maintenance i. System logging j. Privacy masking (video) k. Edge storage encryption g. Disable services not used e. Disabling the following protocols: SOCKS, QOS, SSH, always multicast video

The conditions mentioned in RFP shall be applicable.

1437. 5.5.3. Solid Waste Management Functional Requirements Solid Waste Tracking Module

Foul smell detection sensors/ Animal repellent sensors to be installed at select locations to the garbage bin to detect the quality of air being released into the atmosphere.

Is there anything called as an 'Odor Sensor' or a 'Smell Detector' ? What we have come to know from the market is that these are generally Lab equipments which are bulky and cannot be connected to the Waste BIN always. Thay are also very expensive. They do not

Refer to Corrigendum.

Page 332: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

332

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

(Vehicle and Bin FR 5.1479

have a medium to communicate to the CCC on wirelss also. Kindly advsie. We request that this Foul Smell Sensor requirment be removed from the scope of work. We would also like to know which Animals are you reffering to in the Animal Repellent Sensors.It is Rats/ Rodents/ Cats/ Dogs ? kindly advise.

1438. 188 Sec 5 The BDC shall be shown the current location of the vehicle on map, next stop and distance, live stream of on board camera, emergency messages sent by dispatchers from AVL central system.

As the standard practice in automotive, It is not recommondded to show any information on Bus Driver console to avoid driver distraction while driving. Any alert & notification should be audio based. (keeping legal complience). Should block access /operation while driving.

The conditions mentioned in RFP shall be applicable.

1439. 189 Volume 1, Section 3.4.1.

The MSI shall be responsible only for storing and sharing the data (not required to develop the application).

The first statement specifies that bidder need not develop application and second statement says that application development comes under bidder’s scope. Both statements seem to be contradictory. We request the authority to clarify whether development of AVL application comes under Bidder’s scope

These are two separate items. First, AVL system for the vehicles specified in the bid document (buses, emergency vehicles, PCR vans, Municipal vehicles) shall be provided by the bidder. Other vehicles like School buses, Autos, etc., the bidder shall store the data and provide APIs so that external agency (example, a particular school management) can develop their own AVL application specific to the requirement.

1440. 165 ICOMC_MSI_RFP, Section -

Currently, 28 intersections in the city are monitored using 133

Do we have to integrate the existing CCTV sustem with the new

Yes. Existing cameras are: 1. HICC-2300T 101nos.

Page 333: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

333

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

5, technical requirements, 2.1.2 Surveillance

CCTV cameras. Proposed system? If yes then please share the make, model and other details of existing Cameras, VMS etc.

2. HICC-P-1100E 008nos. 3. HICC-P-3100 004nos. 4. HVS-HDZ20 012nos.

1441. 166 2.2.1 Among the currently available fleet(165 buses), the operator for 20 buses is yet to be selected. Hence, the operating fleet size is 145 buses currently.

We understand from the BOQ that the OBU for buses is mentioned as 200 in number (the operational buses are 145 out of available 165). Hence the balance 35 OBU shall be installed and integrated by the SI. Kindly confirm.

The 165 existing and 35 or more new (if some of the buses are scrapped) need to be integrated by SI. The conditions mentioned in the bidding documents shall be applicable.

1442. 167 2.2.2 Government Ambulances Servicing Bhubaneswar and Suburbs are 12

We find that number of Govt Ambulances are 15 (Ref 115) in BOQ, wherein the clause indicates 12 nos only. Please specify the actual number.

The current number is 12, but the system is planned for 15. The conditions mentioned in the bidding documents shall be applicable.

1443. 187 Section 5- Technical requirements

Fire & Ambulance Vehicles: Fire and ambulances shall be provided preemption at traffic signals to efficiently manoeuvre the city streets during emergencies. Informing the nearest emergency vehicle based on location of emergency, providing pre-emption, routing choices and green waves when required to make emergency management more efficient shall be part of the project

Please refer to FR 2.40 on Page 308 of bid document. The preemption shall also be through automated center-to-center communications between the CAD-AVL system and the signaling system. It shall not be through manual intervention.

1444. Section 5- Technical requirements

At all intersections, but through centre-to-centre communications.

1445. 306 Vol 1, Section The handheld shall have in-built There are only a few vendors who The conditions mentioned in the

Page 334: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

334

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

5.1 / TR 1.147 thermal printer and should be able to print on a paper with minimum width of 3 inch.

provide integrated in-built thermal printer. We suggest choice of printer should be left open for bidder to propose in-built or bluetooth based printers. This will give BSCL wide variety of devices to choose from all meeting the basic requirements of the RFP.

RFP shall be applicable.

1446. 306 Vol 1, Section 5.1 / TR 1.159

The handheld shall have a minimum life of 3 years under normal operational conditions

As per RFP, bidder has to provide One year DLP/warranty of the system and subsequently comprehensive maintenance for additional six (6) years. Is BSCL considering a technical refresh of these handheld devices post 3 years of life? Our suggestion is that device should have a minimum life of 5 years under normal operational conditions. Kindly modify the clause

The conditions mentioned in the bidding documents shall be applicable.

1447. 307 FR 2.18 The Smart Tracking Application should connect with the respective applications for dispatch (Police dispatch application, Solid Waste Application, etc.) where available. If no application is available, the needed application shall be developed by the bidder (Water Tankers, Ambulance, Fire, Cess-Pool, etc.).

Should we consider and assume that application for dispatch are exist for our solution design and costing.

Bidder shall conduct site survey of the dispatch solution for these respective systems and determine if solution design and costing is required or not.

1448. 308 ICOMC_MSI_RFP_BBSR FR 2.18

The Smart Tracking Application should connect with the respective applications for dispatch (Police dispatch application, Solid Waste Application, etc.) where available. If no application is

The availability of Dispatch software should be known to bidder for considering the efforts required if development is needed

Bidder shall conduct site survey of the dispatch solution for these respective systems.

Page 335: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

335

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

available, the needed application shall be developed by the bidder (Water Tankers, Ambulance, Fire, Cess-Pool, etc.).

1449. 308 ICOMC_MSI_RFP_BBSR,

All the two way communication cost shall be borne by the bidder for the period of the project including Maintenance period.

Please share number of expected Voice calls expected in a month.

Bidder to make an estimate base on their experience in prior projects.

1450. 308 ICOMC_MSI_RFP_BBSR,

AVL system shall provide centre-to-centre communications through the ICOMC Platform to the ATSC (Signal) system when vehicles (buses & emergency vehicles) traverse preset geo-fences. The AVL system shall provide information for the signal system to initiate Transit Signal Priority or Emergency Pre-emption (depending on the vehicle) in a timely manner.

AVL data shall be shared, further ATCS will adjust the timing/priority/emergency to the signal directly. Please confirm

Yes, the bidder understanding is correct. When TSP/Preemption vehicle travels over a geo-fence, the AVL system shall send a message to the AVL central application, which is turn communicates with the signals central system. The signals central system shall send the message to the field to change the signal timings.

1451. 308 ICOMC_MSI_RFP_BBSR,

AVL system shall provide centre-to-centre communications through the ICOMC Platform to the ATSC (Signal) system when vehicles (buses & emergency vehicles) traverse preset geo-fences. The AVL system shall provide information for the signal system to initiate Transit Signal Priority or Emergency Pre-emption (depending on the vehicle) in a timely manner.

We understand that OBU not required to connect to Traffic Signal directly. Please confirm

Yes, the bidder understanding is correct.

1452. 309 ICOMC_MSI_RFP_BBSR FR 2.29

When GPRS service is not available or dropped then OBU shall send the positional packets through SMS.

What should be the frequency? 10 Sec as for GPRS/3G or reduced interval

The frequency shall be configurable. The minimum frequency shall be 10 sec.

Page 336: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

336

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

1453. 309 ICOMC_MSI_RFP_BBSR FR 2.32

If crew is on vacation, system shall be able to identify his/her vacation and notify to operator to change the crew.

The Crew database should provide the data for Leave

MSI shall be providing the Transit Management System with Leave Management System as per the RFP. The AVL system shall integrate with TMS to obtain this information.

1454. 309 ICOMC_MSI_RFP_BBSR FR 2.35

Two way voice communication from ICOMC to Vehicle: Central system software shall be allowed the through software. Dispatchers at ICOMC shall use headphones to talk to the crew.

Is this feature required for all three types of vehicle units

It is required for emergency vehicles and buses, but not for municipal vehicles (OBU-3). Refer to Corrigendum. .

1455. 309 ICOMC_MSI_RFP_BBSR FR 2.37

All the two way communication cost shall be borne by the bidder for the period of the project including Maintenance period.

How many calls per day per vehicle expected / need data for costing

Please use your prior experience in these kinds of projects for estimation.

1456. 311 ICOMC_MSI_RFP_BBSR FR 2.68

The system shall track headways at corridor stations for each individual route serving the station, all routes serving the station, and for any user-specified combination of routes serving the station.

Need clarifications for better understanding of the requirement - Headways and Corridor stations

This refers to bus bunching alerts by individual routes and for corridor where multiple routes overlap.

1457. 311 ICOMC_MSI_RFP_BBSR FR 2.69

Based on configurable thresholds, the system shall use the observed headways to report/real-time alert when headways are shorter or longer than desired range of headway, at a given station.

Need clarifications for better understanding of the requirement - Headways and Corridor stations

This refers to bus bunching alerts by individual routes and for corridor where multiple routes overlap.

1458. 311 ICOMC_MSI_RFP_BBSR FR 2.70

The system shall highlight the vehicle IDs of those vehicles that are operating with incorrect headway, using tabular and map displays to indicate their current headway adherence status.

Need clarifications for better understanding of the requirement - Headways and Corridor stations

On line diagrams and table, it should be possible to show the schedule adherence.

Page 337: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

337

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

1459. 311 ICOMC_MSI_RFP_BBSR FR 2.71

The tabular display entries and the map display symbols for these vehicles shall use distinct and configurable colour codes for short headways and long headways status.

Need clarifications for better understanding of the requirement - Headways and Corridor stations

If the headway between two buses is planned to be 15 minutes, different symbols/colors shall be used to show whether the headway is less than 15 minutes (short headways) or more than 15 minutes (long headways). The symbol shall be shown after configurable threshold difference (difference of 2 minutes/10%, etc.)

1460. 312 FR 2.76 In case of vehicle breakdown, the system shall record the event and send SMS to the concerned persons.

Can we use non SMS based alert (serving the same requirement & functionality) to save SMS cost?

Yes, as long as the functionality is met to the satisfaction of the client during the Testing phase.

1461. 316 FR 2.130 System shall send Email by attaching all the fault information and sending it to concerned person automatically

With Email based we will not assure timely and real time alert. Better to be as part of App alert to the admin.

Please Refer to Corrigendum.

1462. 320 Section 5 MIS & Reporting

MIS and Reporting Please help us with number of users who will developers of these reports, number of senior officials and normal users who will consume the reports / analytics / dashboards.

The information requested will be shared with the successful bidder during design stage based on the recommendations of the City Bus Modernization project for BPTSL - which is in progress.

1463. 321 Section 5 (FR 2.188)

It shall help the users to build customer reports using crystal reports…

Please confirm that the tool should have design layout and preview in a single interface and should be able to connect using Native, ODBC, OLE DB, and JDBC connectivity to relational, OLAP, XML, legacy, and enterprise data sources

The conditions mentioned in the bidding documents shall be applicable

1464. 321 Section 5 (FR 2.192)

Software should be able to generate graphs and charts based on criteria and formats definade by users

Reporting tool should have advance charting capabilities like Box Plot, Funnel Chart, Network Chart, Parallel Co-ordinates, Tree, Waterfall Chart etc. It should better

The conditions mentioned in the bidding documents shall be applicable.

Page 338: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

338

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

understanding of Dates. Form Date the system should automatically make additional field like, Week / Month / Quarter / Year. It should generate relevant chart which best represents the data selected. The tool’s story boarding should have capability to use Pictures, Pictograms, Shapes and texts System should support security of users by profile and restrict the data based on the profile

1465. 330 FARE COLLECTION SYSTEM: CPS

Details of CPS to be provided. Please refer to the CPC RFP published at https://smartnet.niua.org/content/118ffe0c-a914-44cd-a655-dcf05177f03a. The corrigendum can be downloaded from BDA website.

1466. 336 Volume 1 section 5.1

Disaster Recovery Would like to know the Location for the DR site

It shall be either in Mohali or Chennai.

1467. 342 AVL On-Board Unit (OBU) TR 2.8

Bidder shall provide OBU-3 for municipal vehicles. IT shall satisfy the following minimum specifications: • GSM network: 850/900/1800/1900MHz • GPRS standard: Class 12 TCP/IP • GPS locating time: 30sec with cold boot (open sky) 5sec with hot boot (open sky) • GPS Positioning accuracy: 10-15m • Working temperature: -20 ~ +70

The Basic Tracking Device suggested for the Municopal Vehicles will also come with a RS-232 Port to integrate with the RF ID Reader. We request you consider this input. But we request you to remove the Two Way Communication ( Handsfree ) Button Option as it is difficult to place a Noise Cancellation Microphone & Speaker into the same device and operate in an open environment.

The conditions mentioned in the RFP shall be applicable.

Page 339: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

339

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

• Working humidity: 5% ~ 95% RH • Function: GSM quad-band network • SOS Button • Two way communication (Hands-free) Button • Alerts: Tamper, Low Battery

1468. 342 AVL On-Board Unit (OBU) TR 2.8

Bidder shall provide OBU-3 for municipal vehicles. IT shall satisfy the following minimum specifications: • GSM network: 850/900/1800/1900MHz • GPRS standard: Class 12 TCP/IP • GPS locating time: 30sec with cold boot (open sky) 5sec with hot boot (open sky) • GPS Positioning accuracy: 10-15m • Working temperature: -20 ~ +70 • Working humidity: 5% ~ 95% RH • Function: GSM quad-band network • SOS Button • Two way communication (Hands-free) Button • Alerts: Tamper, Low Battery

The Basic Tracking Device suggested for the Municipal Vehicles will also come with a RS-232 Port to integrate with the RF ID Reader. We request you consider this input. But we request you to remove the Two Way Communication ( Handsfree ) Button Option as it is difficult to place a Noise Cancellation Microphone & Speaker into the same device and operate in an open environment.

The conditions mentioned in the RFP shall be applicable.

1469. 342 AVL On-Board Unit (OBU) TR 2.8

Bidder shall provide OBU-3 for municipal vehicles. IT shall satisfy the following minimum specifications: • GSM network: 850/900/1800/1900MHz

Since the command and control is envisaged to help communicate, dispatch resources, coordinate response and carry out the complete incident management the C4i system should support

The conditions mentioned in the RFP shall be applicable.

Page 340: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

340

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

• GPRS standard: Class 12 TCP/IP • GPS locating time: 30sec with cold boot (open sky) 5sec with hot boot (open sky) • GPS Positioning accuracy: 10-15m • Working temperature: -20 ~ +70 • Working humidity: 5% ~ 95% RH • Function: GSM quad-band network • SOS Button • Two way communication (Hands-free) Button • Alerts: Tamper, Low Battery

intelligent dispatch of resources ( Police vehicle, Units ) through an integrated Mobile Application which will be used by the Field Response Team on their Mobile Data Terminal fitted on the Dashboard of the Vehicle. The OBU designed under UBS-II specifications is very bulky and connit be installed on Emergency Police / Ambulance Vehcles as they consume a lot of space . Police Control Rooms across India are currently using the MDT's as the Field responder Units for receiving the Dispatch details and updating action taken. You have also mentioned about the use of the Mobile Data terminals in the Section No 3.6.3 - Arcitecture & Dat Flow of the Smart Response and Incident Management System. However the Rugged MDT's will not meet the UBS -II specifications We request the Command and Control to also include the folowing functionality to reflect as below : The C4i system should support intelligent dispatch of resources ( Police Cars, PCR Vans, Ambulance & Fire Trucks ) through an integrated Mobile Application which

Page 341: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

341

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

will be used by the Field Response Team on the Mobile Data Terminals. The System should be able to locate the nearest dispatch resources. The Mobile Application should be available on the MDT devices for capturing real-time information from the field response team using Mobile-Standard Operating Procedure. Field Responder should be able to acknowledge the incident and provide real time updates from the incident site by taking Picture / Video / Audio Recording or typing the report on the MDT. The Rugged MDT's need to be MIL 810G Certified and have IP-67 Protection Certified.

1470. 343 Volume 1 section 5.1

Automatic Vehicle Location System (AVL)

Please specify the Data retention period for AVLS system

The data shall be retained for two years.

1471. 344 ICOMC_MSI_RFP_BBSR, Section No. TR 2.21

PIS shall be used to display information to passengers at each station along the corridor and inside buses as well to provide on-board route for locations.

Please confirm whether we need to consider displays inside the buses or at Bus Stations

Only at bus stations. Please Refer to Corrigendum.

1472. 345 ICOMC_MSI_RFP_BBSR, Section No. TR 2.21

The PIS display board shall be industrial grade flat panels that can withstand the environmental and working conditions found in Bhubaneswar. The panels shall

Refer this clause display size to be considered as 55" and 32" but as per BoQ sizes are mentioned as 55" and 19". Please confirm whether we need to consider 32" or

Please Refer to Corrigendum. The BOQ PIS sizes are correct.

Page 342: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

342

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

allow for 16/7 operations. 55” and 32” panels shall be provided as per the BOQ.

19".

1473. 347 Section 5, Technical Requirements

Bidder shall develop the Mobile application which shall be integrated with the Bhubaneswar One Mobile App.

We believe that department requires various mobile apps to be developed under the project under various modules to cater G2C, G2G & G2 B services. Kindly confirm how department will ensure that applications will work fine on real mobile devices with 2G/3G/4G network conditions. Hence we suggest department that the mobile app should be tested on 2G, 3G and 4G mobile internet speeds so as to get the improvised app quality. Also confirm how the testing of mobile apps is planned whether on real devices or Emulators?

Testing on various mobile devices and network shall form part of testing phase.

1474. 348 Volume 1,section 5.1

The AVL mobile application shall have at least following features: • Smart card recharge

Request more clarity on feature “Smart card recharge”.

AVL mobile Application should have the option to recharge the Smart Card (connect to Common Payment System) to be used for transit purposes.

1475. 348 ICOMC_MSI_RFP_BBSR,

The proposed IVRS shall support multiple calls at a time, minimum of 5 calls shall be supported.

Please confirm who will bears the cost of IVRS calls

Please refer to Section 6.2 on Page 718 on Client responsibility. Anything that is not mentioned in this section is the responsibility (including cost) of the Bidder.

1476. 348 ICOMC_MSI_RFP_BBSR,

The proposed IVRS shall support multiple calls at a time, minimum of 5 calls shall be

How many calls are expected in a month

Please use your prior experience in these kinds of projects for estimation.

Page 343: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

343

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

supported.

1477. 348 Mobile application

What are the OS's to be supported by the mobile application?

Android, IOS and other latest industry platforms.

1478. 320,321

Section 5 (FR 2.186)

ability to export data / reports into file formats that can be exported to and edited with standard office software

To give flexibiltiy to users the tool used should support multiple Export format support including PDF, MS XL, MS Word, RTF and HTML. Also the users should be able to leverage on the business semantic layer to query fresh information from within Microsoft Office applications (Word, PowerPoint, Outlook and Excel). Again users be able to manipulate the reports by modifying filters and formulas from within the office document.

The conditions mentioned in the RFP shall be applicable

1479. 307, 525, 538, 605

ICOMC_MSI_RFP_BBSR.p df, Section FR - 2, FR - 3.7, 5.1474 - 5.1481, 5.1482 - 5.1493, TR-5, FR 6.1 - 6.4

Smart Tracking Central System - Requirement related to automatic tracking, Solid Waste Tracking Module (Vehicle and Bin), Transit Management System, Technical Requirements (RFID Readers, RFID Tags, Bin Volume Sensors, Sensor Processing Unit, Static Weigh Bridge (SWB), Barrier Gate), Environment Monitoring System

IOT based smart Tracking solution for Asset and Fleet tracking are available as SAAS on cloud. The role of such a solution is to capture all the necessary signals from various sensors, contextualize the information and represent to users with predictive analytics. The Predictive Analytics in-built as part of the Applications help is smart decision making and provide actionable insights based on which automated actions like Maintenance Work Order/Service Request generation, automated alert to concerned authorities etc. can be configured. Such Cloud based SAAS and it's underneath technologies are capable of integrating with a number of sensors and can be implemented

Bidder is free to suggest solutions that satisfy the business, functional, operational, security and other requirements stated in the bid document. However, any solution that is different from the RFP has to be justified by the successful bidder and accepted by the Client. In accepting the proposed solution, Client will also consider the cost impact beyond the project period for accepting the alternate solution.

Page 344: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

344

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

with a very fast turn around time. Data received through such sensors are not sensitive in nature and doesn't pose a risk of information leakage. Will such a solution be acceptable to BSCL. Can the number of users who will monitor such systems and sensors (Vehicle Tracking, Solid Waste Management, Environment Sensors etc.) be shared.

1480. 316,333,338,522

Section 5/Technical Requirements

The system security shall provide features to maintain data integrity, including error checking, error monitoring, error handling and encryption.

Encryption is being asked throughout the tender however no Central Key Management Solution is being asked which will make way to Silos of encryption and it will become impossible to manage and monitor encryption keys. We recommend to include FIPS certified Enterprise Key Lifecycle Management Hardware to eliminiate any kind of vulnerability around Keys as well as to make easy to manage those.

Bidder shall provide solution that is effective and efficient.

1481. 328, 401, 453, 479

ICOMC_MSI_RFP_BBSR.p df, Section FR - 2.246, FR 5.1 - 5.5, 5.545 - 5.550, 5.983

Budgeting, Capital Investment Planning

Enterprise Planning and Budgeting solutions with prebuilt models supporting CAPEX, Financial Statement, Chart of Accounts, Project Budget and Workforce Planning is available as a subscription based SAAS appllication. Will such a solution be acceptable to BSCL. Can the number of users responsible for Planning and Budgeting be shared. The advantage of such a solution are:

Bidder is free to suggest solutions that satisfy the business, functional, operational, security and other requirements stated in the bid document. However, any solution that is different from the RFP has to be justified by the successful bidder and accepted by the Client. In accepting the proposed solution, Client will also consider the cost impact beyond the project period for accepting the alternate solution.

Page 345: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

345

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

- Fast Implementation with rapid value - Scalable - Subscription based on number of users with no other investments like hardware and support. - Version upgrades are managed by OEM.

1482. 339, 362

ICOMC_MSI_RFP_BBSR.p df, Section FR - 2.385 - 2.391, 3.98 - 3.100

FCS integration requirements, PMS Integration with other Systems

Since Fare is a form of revenue, it should be posted to revenue accounts.This is valid for any form of income for e.g. Tax, Parking, rentals etc. Please validate this assumption.

The conditions mentioned in the RFP shall be applicable.

1483. 308 FR 2.24 The AVL software shall be installed on ICOMC workstations and at required off-site locations for managerial staff to review the operations.

Is it mandatory to install s/w on workstation. We are providing web based solution and web clients with appropriate access rights will be available to operations staff?

Web based solution is acceptable as long as there are no latency impacts in viewing and editing the data in the application.

1484. 309 FR2.43 The central software shall incorporate maps to support the functionality, comprised of a selection of individually selectable theme layers (e.g., stations, streets, names, water features, parks, major buildings). The base map shall be Google maps or similar quality.

This in contradiction to FR 2.45 page 309. As per the same Google map is not required and Bidder is expected to use the same base map for the AVL system as the one developed as per the Bhubaneswar One GIS map requirements. Please clarify.

The bidder shall use the same base map as the GIS base map for transit application. The bidder is free to choose any platform

1485. 316 FR 2.128 If any particular node becomes disconnected from the control room, the same shall raise an alarm to the ICOMC dispatcher GUI & appropriate action shall be taken for rectification of the same.

Is the node referred here for operator's work stations ? This is not applicable in case of web based solution. Pls confirm

Any field, data center or control room "device" is a node

1486. 323 FR 2.208 The Bidder shall provide for the We assume that these are limited to The RFP is self-explanatory. The

Page 346: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

346

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

IPTS equipment: on-board device and PIS displays for Bus station and bus terminals only as listed in RFP section 1.5 Supply and Installation Cost Sub-Table 1 page 117.

Cost Sub-Table is indicative as clearly stated on Notes no. 4 on Page 134.

1487. 323 FR 2.205 Both OBU-1 & OBU-2 shall comply with UBS-II specifications or equivalent standards that are acceptable to the Client. OBU-2 shall be provided at a form factor that can easily be installed in the smaller emergency vehicles. OBU-3 shall a simpler GPS device with no display requirement.

Please provide the specification of OBU-2 type On-board device. What will be the size of the display required in OBU-2 type device? UBS-II specifications are for OBU-1 device only.

Please refer to Page 188, OBU-2 definition.

1488. 326 FR 2.219 System shall capable to record incident reported by emergency vehicles such as: • Accident • Breakdown • Riots, • Heavy rain, Flooding, High Wind

How these incidents are required to be captured? Is it through hot buttons to be provided on each on-board device? Please provided details.

Bidder shall provide effective ways to record the incident either through hot buttons or through the screen.

1489. 326 FR 2.224 Next stop name to be displayed on the sign board inside the bus.

We assume that supply and installation of sign boards inside the bus are not in the scope? Pls confirm.

Yes, it is not part of the scope. Bidder to only integrate sign boards when provided with the bus.

1490. 327 FR 2.231 Route no and route name shall be displayed on the Front, Side and Rear board

We assume that supply and installation of front, side and rear boards are not in the scope? Pls confirm

Yes, the bidder’s understanding is correct.

1491. 327 FR 2.233 In bus Automatic Voice Announcement The OBU-1 shall store next stop announcement voice files of all the schedules/routes run by

We assume that supply and installation of amplifier, mike and speakers are not in the scope? Pls confirm.

Yes, the bidder’s understanding is correct.

Page 347: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

347

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

BPTSL in which central system software has to support.

1492. 345 TR 2.32 The PIS display board shall be industrial grade flat panels that can withstand the environmental and working conditions found in Bhubaneswar. The panels shall allow for 16/7 operations. 55” and 32” panels shall be provided as per the BOQ.

Please provide the detailed specification of PIS display Panels. Is it LCD or LED ?

Please Refer to Corrigendum.

1493. 346 TR 2.32 The PIS display board shall be industrial grade flat panels that can withstand the environmental and working conditions found in Bhubaneswar. The panels shall allow for 16/7 operations. 55” and 32” panels shall be provided as per the BOQ.

1- There contradiction in size. Panel will be of size 55" and 32 " . In the BOQ (RFP section 1.5 Supply and Installation Cost Sub-Table 1 page 117) sizes mentioned are 55" and 19 " . Please clarify. 2- We assume that 16/7 operations means 16 hrs daily and 7 days a week. Please confirm.

Please refer Corrigendum-1

1494. 342 Section 5 AVL Technical Requirements Whether power for AVL can be tapped from the battery of the vehicle or separate power source needs to be provided along with the device.

Power for AVL devices to be tapped from the battery of the vehicle.

1495. 308 5.2. Smart Tracking System FR - 2 Functional Requirements

FR 2.15 The AVL application software shall be well established and currently deployed in a minimum of two transit projects.

This functional requirement is not in-line with the eligibility criteria defined in BDS and thus should be removed/ modified

The conditions mentioned in the bidding documents shall be applicable

1496. 309 5.2. Smart Tracking System FR - 2 Functional Requirements

FR 2.43 The central software shall incorporate maps to support the functionality, comprised of a selection of individually selectable theme layers (e.g.,

As defined in GIS Section 2.6.1 on page 175 and FR 5.373 Page 438, ESRI maps and ArcGIS Server is planned to be used forBhubaneswar One GIS map requirements.

The bidder shall use the same base map as the GIS base map for transit application. The bidder is free to choose any platform

Page 348: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

348

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

stations, streets, names, water features, parks, major buildings). The base map shall be Google maps or similar quality. FR 2.45 The Bidder shall use the same base map for the AVL system as the one developed as per the Bhubaneswar One GIS map requirements.

But, in FR 2.43, it is suggested to use the map for Smart Tracking as Google, also mentioned in FR 2.45 is to use same base map as being used for Bhubaneswar One GIS, which happens to be ESRI maps. Please clarify if we shall use same ESRI map for Smart Tracking component or separate Google maps can be proposed.

1497. 309 FR 2.43 The central software shall incorporate maps to support the functionality, comprised of a selection of individually selectable theme layers (e.g., stations, streets, names, water features, parks, major buildings). The base map shall be Google maps or similar quality.

Refer FR 7.223 and FR 7.224

1498. 310 FR 2.47 Fleet icon on the Map shall provide the direction of travel of the vehicle in real-time.

Agreed.

1499. 310 FR 2.55 The system shall receive location reports from each vehicle. The system shall use the time stamped location reports in combination with schedule data to derive the current schedule adherence status.

Agreed.

1500. 310 FR 2.60 Application shall allow trip planning with shortest route and other options for emergency vehicles to reach destination

Bidder is encouraged to showcase capabilities beyond what was requested.

Page 349: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

349

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

quickly.

1501. 310 FR 2.61 The system shall provide accurate real time travel time information of the road network in Bhubaneswar for determining the quickest route.

Bidder is encouraged to showcase capabilities beyond what was requested.

1502. 310 FR 2.63 Application shall be capable to figure out where vehicle had deviated from the route vis-à-vis the defined route and show it on the map.

Bidder is encouraged to showcase capabilities beyond what was requested.

1503. 188 3.4.1 In addition, to support city-wide mobility platform, the following systems also may be including in the tracking system (at the cost of the operator): • Private buses that operate like city buses • Intermediate Para Transit (IPT) vehicles (mainly autos & e-rickshaws) • Taxis • Ola & Uber autos & cabs (integration on the mobility application platform)

1- Will the tracking software under this project would be required to be integrated with the On-board GPS devices installed on Private buses, autos, rickshaw, taxis, Ola & Uber cabs? 2- What are the makes of GPS devices installed on these vehicles? 3- It will be the responsibly of Bhubaneshwar Smart City Limited to provide protocol of all the on-board units installed on these vehicles. Please confirm.

1. Yes, bidder understanding is correct. 2. These vehicles do not have OBUs at this time. These vehicles, if they want to be on the MSI platform, will be required to follow requirements of MSI. 3. BSCL will share the MSI specified protocols to the operators who would like to be on the AVL platform.

1504. 189 3.4.1 The MSI Smart Tracking application shall be able to show all the vehicles (up to fifty thousand (50,000) vehicles).

We assume that 50000 includes vehicles covered under this project and Private buses, autos, rickshaw, taxis, Ola & Uber cabs. Please confirm.

Yes, bidder understanding is correct.

1505. 160 2 Traffic Signal System from the Traffic Management Component was procured separately

Details of Traffic Management Component from Functionality, Architecture and Integration

The details will be discussed with the Successful Bidder.

1506. 160 2 Common Payment Card is being procured as separate project

Details of Payment Card Component from Functionality,

The CPC tender bidding process is under progress, the same shall be shared once the bidder is on board

Page 350: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

350

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Architecture and Integration with successful bidder.

1507. 160 2 Traffic Signal System and Payment Card System - will it be in scope of Delivery If so what is expected from the MSI as part of the tender

Traffic Signal System and Common payment card is not in the scope of this tender. The integration of these sub systems with smart city platform for various services as mentioned under this RFP are under the scope of bidder.

1508. 2. Automatic Traffic Counters & Classifiers 3. Dynamic Message Signs 4. Public Address (PA) System

2) Automatic Traffic Counters & Classifiers 3) Dynamic Message Signs / Variable message Signs 4) Public Address (PA) System 5) ANPR system 6) Speed Enforcement 7) CCTV system We request the authority to consider the additionally added components which are integral part of Intelligent traffic Management system that comes under smart city establishment.

The conditions mentioned in RFP shall be applicable.

1509. 9. Transit ITS The bidder shall have experience on at least two AVL projects for intra-city public transit system with a fleet of at least 50 buses wherein the bidder shall have provided AVL system software and hardware to monitor, manage and control transit operations. In addition, the bidder should have integrated the AVL system with the Passenger Information sub-system to provide route and ETA

We request that the OEM Experience also be considred for the qualification purpose. We also request you to consider AVL projects that has Emergency Vehicles / Ambuances in the fleet and modify the Clause to read as " The bidder shall have experience on at least two AVL projects for Solid Waste Management / Emergency Response Managment or intra-city public transit system

Refer to Corrigendum.

Page 351: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

351

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

(expected travel arrival) to passengers. The AVL projects should have been commissioned within the past 7 (seven) years from the date of submission of the bid and should have been in commercial operations for at least one year after successful system acceptance.

with a fleet of at least 50 Vehicles ( Municipal Vehicles / Police Vehicles / PCR Vehicles / Ambulances / Buses ) wherein the bidder shall have provided AVL system software and hardware to monitor, manage and control transit operations.The AVL projects should have been commissioned within the past 7 (seven) years from the date of submission of the bid and should have been in commercial operations for at least one year after successful system acceptance."

1510. 5.2,FR1 RTA, VAHAN, Sarathi Details of these systems required for functionality feasibility

RTA, VAHAN and SARTHI are the schemes of Government Of India and the details are available in open domain. The bidder is expected to collect the required information.

1511. FR1 E-CHALLANSystem: FR 1.158 Payment Gateway Tie-up and contract will be done by MSI or BSCL?

The RFP is self-explanatory.

1512. 305 Section 5 – Technical Requirements

Technical Specifications of Handheld device

1) How many users and devices will be needed for the entire project? 250 is what is mentioned in the BOM, need confirmation as seems very small quantity 2) Relax IP ratings & weight of the handheld device 3) The device should be atleast 8 inch device. 4) Display should be minimum 400

The requirements mentioned in the bid document shall prevail. The bidder can propose solution/equipment meeting or exceeding the requirements as specified in bid documents.

Page 352: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

352

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Nits=>As per the tender the device can be easily read under all conditions of ambient light throughout the day and night=>There is no benchmark to comply unless there is specific mention of Nits in the tender. 400Nits or above are qualified for readable in day light and night. 5) Battery capacity Needs to be mentioned=>Battery needs to be 5000mAh or higher=> Battery operational and idle time decreases in due course ,so it is suggested to mention battery cell as 5000 mAH or higher which ideally gives battery time of approx. 12 hrs. 6) Certifications=>Need to Include Certifications UL and CE=>UL provides safety-related certification, validation, testing etc and UL for product safety and Electro Magnetic Compatibility etc

1513. 181 3.3. Smart Traffic Management System (also called Integrated Traffic Management System)

TVDS which are deployed at identified mid blocks shall detect and enforce the following violations: • Speed Violation • Wrong direction movement of vehicle

Kindly provide the list of mid blocks with exact no. of lanes for: • Speed Violation • Wrong Direction Vehicle Movement

Details to be provided to the successful Bidder.

1514. 181 3.3.1 TVDS which are deployed at intersection shall detect and enforce the following violations:

Can you please remove the Speed violation at traffic junctions, because very less chance of over

The conditions mentioned in RFP shall be applicable.

Page 353: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

353

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Ø Red Light Violation Detection system (RLVD) Ø Zebra Crossing Ø Speed Violation Ø Free Left Violation Ø Wrong direction movement of vehicle

speeding at traffic junctions during red signal. Anyhow the speeding vehicle shall be caught for either red light or Zebra when the signal is red.

1515. 181 Section 5 - Technical Requirements

The central system will be located at the Command and Control Centre at ICOMC in which Servers will be located to run the central software related applications and database.

The central system will be located at the Command and Control Centre at ICOMC in which Servers will be located to run the central software related applications and database. The bidders are open to provide solution designed on Blade Servers / Rack Servers / Converged Hardware. - Justification: Converged hardware is a solution where compute, storage & network are integrated together at the OEM factory to provide extreme performance. Allowing such hardware solutions can reduce the total TCO by more than 50% as such solutions require less DC footprint & less software licenses due to extreme consolidation ratios. For the State we feel that making the RFP open will help the State to reduce the overall TCO.

The conditions mentioned in the RFP shall be applicable.

1516. 182 ICOMC_MSI_RFP, Section 5, 3.3.1

E-Challan System Currently Manual system is being used, but for automation there will be requirement of access to VAAHAN Portal and for accessing the same there is a requirement of domain with “.gov.in” and Public IP, also who is going to bear the

The additional domain will be provided by BSCL and the recurring cost for the same will be borne by BSCL.

Page 354: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

354

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

recurring cost?

1517. 183 3.3.1 The E-Challan system shall provide citizens with their pending tickets/challans and history online and on mobile apps in the Bhubaneswar One Citizen Interface Environment.

Please clarify what are operating system the mobile app shall support?

Android, IOS and other latest industry platforms.

1518. 183 ICOMC_MSI_RFP_BBSR, 3.3.1

The ITMS Sub platform of the ICOMC Platform shall support all the Smart Traffic Functions.

We understand that Dashboard, Data, Reports and Viweing functions only required from ITMS sub platform. Controlling and managing from ITMS platform is not required. Please confirm our understanding.

Controlling and managing is also required. Bidder to refer Section 5 .1 Smart Traffic Management System

1519. 183 ICOMC_MSI_RFP_BBSR, 3.3.1

It shall integrate with the external Traffic Signal Project and provide the Smart Solutions components the necessary integration to achieve the objectives and business requirements of the project.

Data from Cosicost will be sent to ITMS platform through API. ITMS platform shall display traffic density, traffic count only. Hence controlling of Traffic signal is not required from ITMS platform. Please confirm our understanding.

Data from various sources, triggers, alerts, shall be provided to the traffic signaling system for optimization and prioritization. The conditions/requirements mentioned in the RFP shall prevail.

1520. 161 Existing Conditions

As per the Pan City Proposal, the Central Control Centre is planned to be an Intelligent City Operations and Management Centre (ICOMC) that will integrate all the pan city components and city services, including the seamless integration of Bhubaneswar Town Centre District’s (BTCD’s) utility operations requirements

As per our understanding, All the components, licenses and support required for Integration for existing components shall be provided by the client. Please clarify.

The interface details shall be provided by the client to the successful bidder where ever applicable.

1521. 161 2.1.2 • Vehicle numbers are cross checked in the RTO database

How is ATSC integrated with RTO DB?

ATCS is not integrated with RTO database. At present the license plate of violators are captured by traffic police manually and are

Page 355: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

355

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

searched in RTO database to get the owner's details. Bidder to refer to section 2.1.2 page 164 of RFP.

1522. 268 5. Functional Requirements 5.1. Smart Traffic Management System FR - 1 Traffic Violation Detection System (TVDS)

FR 1.17: The system should at least have 95% of violation detection accuracy as the minimum accuracy level irrespective of the type of violation, time and condition of the violation in the field.

Capturing and reading of number plates is highly dependent upon license plate (like broken license plate, dirty license plate, plate covered with mud etc) as well as environmental conditions. Sometimes Vehicle number plate is over lighted at the junction by the head light of rear vehicle, due to which the license plate of the vehicle get occluded. Hence, we request you to kindly change the violation detection accuracy to 70% and delete "each and every"

The detection accuracy mentioned under FR 1.17 is for violation detection for TVDS system and is not for ANPR detection. Please Refer to Corrigendum.

1523. 268 5. Functional Requirements 5.1. Smart Traffic Management System FR - 1 Traffic Violation Detection System (TVDS)

FR 1.21: Type of Violations – The following type of traffic violations should be automatically detected using the appropriate non-intrusive technology in each case as applicable. All the traffic violations should be seamlessly integrated with the ANPR sub-system and maintain the status of each violation till closure in the database. • Red Light Violation & Detection (RLVD) • Zebra Crossing Violation/ Stop Line Violation • Speed Violation • Free Left lane blocking Violation • Wrong Direction Vehicle

Kindly provide the list of locations with exact no. of lanes for: • Zebra Crossing Violation/ Stop Line Violation • Speed Violation • Free Left lane blocking Violation • Wrong Direction Vehicle Movement

Details to be provided to the successful Bidder.

Page 356: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

356

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Movement

1524. 268 ICOMC_MSI_RFP_BBSR,

The system should at least have 95% of violation detection accuracy as the minimum accuracy level irrespective of the type of violation, time and condition of the violation in the field.

95% accuracy will be challengable as it depedns on the location of fitting. We request you to reduce accuracy to 80% - 85%

Refer to Corrigendum.

1525. 269 Volume 1, Section 5.1

FR 1.17 The system should at least have 95% of violation detection accuracy as the minimum accuracy level irrespective of the type of violation, time and condition of the violation in the field.

Is violation detection accuracy uniform for different types of violations? Is it same for the below mentioned violations? Please clarify • Red Light Violation & Detection (RLVD) • Zebra Crossing Violation/ Stop Line Violation • Speed Violation • Free Left lane blocking Violation • Wrong Direction Vehicle Movement

Yes, the required violation detection accuracy is applicable on all types of violations as mentioned in RFP. Refer to Corrigendum.

1526. 269 5.1 The system should at least have 95% of violation detection accuracy as the minimum accuracy level irrespective of the type of violation, time and condition of the violation in the field.

It is very difficult to achieve the 95% accuracy for ANPR detection considering the Indian traffic conditions. Hence request to change to 75% in day time and 60% during night time.

Refer to Corrigendum.

1527. 269 Section-5 FR.21

Type of Violations – The following type of traffic violations should be Automatically detected using the appropriate non-intrusive technology in each case as applicable. All the traffic violations should be seamlessly Integrated with the ANPR sub-

1. Speed Violation: - The Local Processing Unit shall consume additional processing power to calculate and detect speed from ANPR camera hence Sizing will have impacts. 2. Please clarify about how many locations are considered for Speed detection.

The requirement given in RFP is minimum. The bidder can propose the system or equipment meeting or exceeding these specifications.

Page 357: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

357

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

system and maintain the status of each violation till closure in the database. • Red Light Violation & Detection (RLVD) • Zebra Crossing Violation/ Stop Line Violation • Speed Violation • Free Left lane blocking Violation • Wrong Direction Vehicle Movement

1528. 270 FR1.26 The speed violations system should be installed on mid-blocks or designated areas as identified during design stage.

Kindly confirm how many midblocks are available?

The conditions mentioned in RFP shall be applicable.

1529. 272 5.1. Smart Traffic Management System - Automatic Number Plate Recognition (ANPR) System - FR 1.40

ANPR System is the core to identify the infracting vehicle from the traffic violation perspective. The ANPR System identifies the number plates of these vehicles which is then passed on to various other sub-systems for further processing. The following are the Functional Requirements related to the ANPR System.

Please clarify details for identifying vehicles without registration plate or having temporary registration (in case of newly purchased vehicles).

Temporary number plates may come under nonstandard number plate if they are not as per motor vehicle act/RTA format.

1530. 273 5. Functional Requirements 5.1. Smart Traffic Management System FR - 1 Traffic Violation Detection System

FR 1.49: ANPR system at junctions should capture and read each and every vehicle number plate that passes through its field of view in multiple lanes and stores the number in the database.

Capturing and reading of number plates is highly dependent upon license plate (like broken license plate, dirty license plate, plate covered with mud etc) as well as environmental conditions. Sometimes Vehicle number plate is over lighted at the junction by the head light of rear vehicle, due to which the license plate of the

The conditions mentioned in RFP shall be applicable.

Page 358: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

358

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

(TVDS) vehicle get occluded. Hence, we request you to kindly change the violation detection accuracy to 70% and delete "each and every"

1531. 273 5. Functional Requirements 5.1. Smart Traffic Management System FR - 1 Traffic Violation Detection System (TVDS)

FR 1.48: The ANPR shall be deployed at various potential locations across the city of Bhubaneswar viz. strategic intersections, mid-blocks, sensitive zones etc.

Kindly provide the list of locations with exact no. of lanes for viz. strategic intersections, mid-blocks, sensitive zones etc.

The conditions mentioned in RFP shall be applicable.

1532. 273 5. Functional Requirements 5.1. Smart Traffic Management System FR - 1 Traffic Violation Detection System (TVDS)

FR 1.49: ANPR system at junctions should capture and read each and every vehicle number plate that passes through its field of view in multiple lanes and stores the number in the database.

Kindly provide the list of locations with exact no. of lanes for viz. strategic intersections, mid-blocks, sensitive zones etc.

The conditions mentioned in RFP shall be applicable.

1533. 274 5. Functional Requirements 5.1. Smart Traffic Management System FR - 1 Traffic Violation Detection System (TVDS)

FR 1.57: The ANPR sub-system shall have the following minimum accuracy levels irrespective of any other reason at the installed location for each of the vehicles in the field of view during any time of the day or night: • at a minimum of 95% vehicle detection accuracy. • the system should have a conversion accuracy of more

Generally, accuracy level of 2-wheelers and 3-wheelers is very small with detecetion accuracy of 60 % and reading accuracy of 50%. Hence, we hereby request you to kindly incorporate the same.

The conditions mentioned in RFP shall be applicable.

Page 359: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

359

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

than 85% for the detected vehicles for ANPR for standard format license plates • the system should have a conversion accuracy of more than 70% for the detected vehicles for ANPR for non- standard format license plates

1534. 274 5. Functional Requirements 5.1. Smart Traffic Management System FR - 1 Traffic Violation Detection System (TVDS)

FR 1.58: The following are the minimum details of the infracting vehicle to be captured: • Location Name and ID along with Latitude and Longitude • Date & Time of the instance • Vehicle Number plate (Captured & Processed) • Headway • Image of the vehicle • Direction of Travel • Speed of the vehicle

Since for violation detcteion using RLVD/ANPR system, Headway is not required, hence we request you to kindly remove "Headway" form this clause.

Refer to Corrigendum.

1535. 274 Volume 1, Section 5.1

FR 1.46 The ANPR sub-system shall be used for satisfying various add-on use-cases such as travel time estimations, estimating O-D patterns in the city, stolen vehicle identification etc.

Request confirmation that these features are not required under the scope of this bid.

The RFP is self-explanatory.

1536. 274 ICOMC_MSI_RFP_BBSR,

• at a minimum of 95% vehicle detection accuracy.

Query not found.

1537. 274 ICOMC_MSI_RFP_BBSR,

ANPR system should be integrated with the E-Challan sub-system to enable E-Challan generation and payment process.

Please clarify that E-Challan shall have payment option within it?

The RFP is self-explanatory.

1538. 274 FR 1.57 The ANPR sub-system shall have the following minimum

We understand that Standard Number plates are high definition

The conditions mentioned in RFP shall be applicable.

Page 360: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

360

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

accuracy levels irrespective of any other reason at the installed location for each of the vehicles in the field of view during any time of the day or night: at a minimum of 95% vehicle detection accuracy.

number plates. If not then please change minimum of 80% vehicle detection accuracy

1539. 274 FR 1.57 the system should have a conversion accuracy of more than 85% for the detected vehicles for ANPR for standard format license plates

Please change conversion accuracy of more than 75% for the detected vehicles for ANPR for standard format license plates

The conditions mentioned in RFP shall be applicable.

1540. 274 FR 1.57 the system should have a conversion accuracy of more than 70% for the detected vehicles for ANPR for non-standard format license plates

Please change conversion accuracy of more than 50% for the detected vehicles for ANPR for non-standard format license plates.

The conditions mentioned in RFP shall be applicable.

1541. 274 5. Functional Requirements 5.1. Smart Traffic Management System FR - 1 Traffic Violation Detection System (TVDS)

FR 1.57: The ANPR sub-system shall have the following minimum accuracy levels irrespective of any other reason at the installed location for each of the vehicles in the field of view during any time of the day or night: • at a minimum of 95% vehicle detection accuracy. • the system should have a conversion accuracy of more than 85% for the detected vehicles for ANPR for standard format license plates • the system should have a conversion accuracy of more than 70% for the detected vehicles for ANPR for non- standard format license plates

Generally, accuracy level of 2-wheelers and 3-wheelers is very small with detecetion accuracy of 60 % and reading accuracy of 50%. Hence, we hereby request you to kindly incorporate the same.

The conditions mentioned in RFP shall be applicable.

Page 361: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

361

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

1542. 275 Volume 1, Section 5.1

FR 1.57 The ANPR sub-system shall have the following minimum accuracy levels irrespective of any other reason at the installed location for each of the vehicles in the field of view during any time of the day or night: • At a minimum of 95% vehicle detection accuracy. • The system should have a conversion accuracy of more than 85% for the detected vehicles for ANPR for standard format license plates • The system should have a conversion accuracy of more than 70% for the detected vehicles for ANPR for non-standard format license plates

Request to confirm whether the ANPR accuracy of 85% and 70% for standard and non-standard number plates are expected for both day and night time.

The conditions mentioned in RFP shall be applicable.

1543. 275 5.1 Apart from standard printed and High Security license plates, the system should be able to recognize hand painted straight font alpha numeric number plates in standard formats found on Indian license plates

The detection and conversion ANPR accuracy will be very less for such number plate. Hence request you to provide 60% at day time and 40% nighttime accuracy for such number plates

The conditions mentioned in RFP shall be applicable.

1544. 276 Volume 1 section 5.1

FR 1.71 The data from ATCC shall be used by various Government and private organizations (as per BSCL discretion) to understand the existing traffic volume trends & patterns FR 1.72 The ATCC data collected shall be used by various stake-holders for extensive planning and traffic

What is the data retention period for ATCC system. Do we need to keep raw data and get it processed in the central datacenter or we need to keep the processed data in central datacentre. If data need to be retained please specify the data retention period

The RFP is self-explanatory.

Page 362: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

362

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

engineering exercises across the road stretches

1545. 276 Volume 1, Section 5.1

Automatic Number Plate Recognition Court Evidence Standard Procedure – FR The ANPR system should provide the 1.67 Color video & image evidences of infracting vehicles to be submitted in the court.

Data retention period not mentioned for this subsystems. How many days we need to keep the images and video in the central Data center. Do we need to store data locally? Please clarify

The RFP is self-explanatory.

1546. 276 ICOMC_MSI_RFP_BBSR,

The real-time traffic data can be shared with 3rd party map solution providers and online navigation systems as per the discretion of BSCL

We understand that only data shall be shared through API/Services not the table/database. Please confirm

Bidder's understanding is correct.

1547. 276 ICOMC_MSI_RFP_BBSR,

The ATCC Sub-system shall support the following four use-cases with other Sub-systems provided by 3rd parties as a minimum and shall support development and deployment of any other use-case for up to 18 months from the go-live date.

The data from ATCC System will be shared with on-going Traffic Signal System. Use cases 1, 2 & 3 will be implemented through ATCS application. Please confirm

Use case 1 & 2 will be through ATCS and Use case 3 will be through ITMS platform.

1548. 276 Vol 1, Section 5.1 / FR 1.61

ANPR system should be integrated with the E-Challan sub-system to enable E-Challan generation and payment process.

We understand by ANPR system, BSCL is implying RLVD & Overspeed Detection System since a standalone ANPR system is used only to identify stolen or hot listed vehicles. Is our understanding correct?

Since ANPR is part of TVDS system the requirement here refers to TVDS system

1549. 276 Vol 1, Section 5.1 / FR 1.68

The tamper-proof video extract shall be provided as a supporting evidence (for submission in a court of law) to each infracting vehicle and the video length shall be t-5 to t+5 seconds

We understand by ANPR system, BSCL is implying RLVD & Overspeed Detection System since a standalone ANPR system is used only to identify stolen or hot listed vehicles. Is our understanding

Since ANPR is part of TVDS system the requirement here refers to TVDS system

Page 363: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

363

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

where t being the instant at which the infraction occurred. The video output should be in colour in any industry standard format such as MJPEG, MP4, AVI etc.,) with visually readable license plate number.

correct?

1550. 279 ICOMC_MSI_RFP_BBSR,

The ATCC System at any point of time, shall provide a minimum of 5 classification levels viz. 2-wheeler, 3 Wheeler/Auto Rickshaws, Car/ Jeep, LCV, Bus/Truck/MAV at any given point in time.

We request you to remove 2-wheeler from the requirements

The conditions mentioned in RFP shall be applicable.

1551. 279 ICOMC_MSI_RFP_BBSR,

The ATCC system shall meet the following accuracy levels when compared with actual data collected using other means at each location of all the installed locations (minimum accuracy requirements): • Counting of vehicles: > 92%

We request vehicle counting accuracy to consider as > 90%

The conditions mentioned in RFP shall be applicable.

1552. 279 ICOMC_MSI_RFP_BBSR,

The ATCC system shall meet the following accuracy levels when compared with actual data collected using other means at each location of all the installed locations (minimum accuracy requirements): • Counting of vehicles: > 92%

Please confirm that cross lane driving or one vehicle travelling in two lanes will be excluded from the accuracy count.

Bidder to refer to TR 1.61

1553. 279 ICOMC_MSI_RFP_BBSR,

The algorithm (software) shall be capable of adding configuration parameters for each of the vehicle classes based on the RTA standards and field conditions to achieve maximum

Please provide more input on RTA standards.

RTA is the schemes of Government of India and the details are available in open domain. The bidder is expected to collect the required information.

Page 364: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

364

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

accuracy

1554. 282 5.1. Smart Traffic Management System - Public Address System (PAS) - FR 1.121

The system should be able to generate various statistics, reports & MIS from time to time

Please provide clarity on the reports required to be delivered by MSI.

The details on the reports and MIS will be shared with successful bidder at the appropriate time.

1555. 282 5.1. Smart Traffic Management System - Public Address System (PAS) - FR 1.124

The system should have the ability to schedule category wise system messages or overall messages in advance for a period of time to selective or all PAS locations

Please clarify on message delivery mode in case the device/equipment is faulty. Is there any alternate expectation from MSI.

The bidder should propose the solution as per RFP.

1556. 282 ICOMC_MSI_RFP_BBSR,

The system should have ability to integrate with CCTV systems, other main/sub systems at ICOMC for configuring and broadcasting the messages

Only few OEMs has such requirement. Please provide more input on what kind of integration is required between CCTV and PAS?

The RFP is self-explanatory.

1557. 282 ICOMC_MSI_RFP_BBSR,

The system should recognize and broadcast messages based on some of the analytics such as sound alerts, system alerts, incident alerts and various other alerts

Please provide more input on where the system gets input feed to recognize and broadcast the message?

The ITMS system shall detect any such incidents/ alerts and shall automatically generate response plan which should be broadcasted using PAS system.

1558. 282 FR 1.125 The PAS message quality shall be such that it is clearly audible from its location to a distance of more than 100 m without any distortion and loss in quality of the sound during the prevailing traffic conditions in site that are typical to Bhubaneswar city.

Kindly provide the Ground noise level data in decibel level at the junction/location level available to choose the appropriate speaker?

Bidder is encouraged to do the site surveys & collect required information.

Page 365: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

365

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

1559. 282 FR 1.117 The system should have ability to configure the messages with the static or dynamic text from various applications/systems to form a complete message as and when required

Kindly clarify this point in more detail

The RFP is self-explanatory.

1560. 283 ICOMC_MSI_RFP_BBSR, Section No. FR 1.112

The PA system shall provide provision for emergency announcements to be made on per-location, selection of locations, or a system wide basis.

Please specify no. of zones to be taken into consideration

list of Intersections are given in RFP

1561. 283 ICOMC_MSI_RFP_BBSR, Section No. FR 1.113

The PA system shall have provision for announcements to be made from two central locations.

We are assuming two paging stations to be considered, i.e. one for each location

Bidder's understanding is correct. Refer to Corrigendum.

1562. 283 section 5 Technical specification.

Is Location wise Ground noise level data available for all 54 PA system Locations.

Bidder to collect the required information.

1563. 285 5.1. Smart Traffic Management System - E-Challan System - FR 1.157

The e-challan System Software should consists of the following modules

Please clarify if MSI's solution is expected to be integrated with postal dispatch system for sending documents

Yes

1564. 286 Volume 1 section 5.1

E-Chelan System Could you please specify the data retention period for E-Challan.

The RFP is self-explanatory.

1565. 286 ICOMC_MSI_RFP_BBSR, Section 5 Technical Requirements FR 1.157

Digital signing of – challan How these digital signing will happen?Where Signing keys and certs will be secured?Is there any FIPS certified hardware used? We recommend to use FIPS certified HSM through which echallan

The digital signature should be secured through software only without the use of external certified hardware. The digital signing in the software should be secured through login id and password and

Page 366: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

366

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

module will interact and perform the digital signing using the Digital Signatures stored inside it.

the login credentials will be shared with the designated appropriate authority.

1566. 286 Vol 1, Section 5.1 / FR 1.153

E-Challan System It is our understanding that BSCL will bear all the consumable charges like paper roll etc. Is our understanding correct?

Please refer to Section 6.2 on Page 718 on Client responsibility. Anything that is not mentioned in this section is the responsibility (including cost) of the Bidder.

1567. 286 E-Challan Section 5 - Technical Requirement FR 1.157

The eChallan System Software should consist following modules: “Identification of Police Stations, Junctions, Courts, Police Staff for the Traffic Department.“

Does it mean that eChallan System should have provision to define Police Stations, Junctions, Courts, Police Staff and its relationship with each other?

Bidder understanding is correct

1568. 288 FR 1.192 MSI shall provide all updates and upgrades and software bug fixing free of cost during warranty and subsequent AMC (if given to same vendor). Warranty shall be Comprehensive onsite for whole e-challan system including Hardware software and accessories as defined in RFP.

Updates can be free of cost. Upgrades will be done on chageable basis(if required), Kindly confirm the same. Since MSI will not be able to trace the upgrades available in the market and cost factor for the same.

The conditions mentioned in the RFP shall be applicable.

1569. 289 Section 5 - Technical Requirement FR 1.195

The “e-Challan System “shall generate the hash value of the each e-Challan (files including image, video, transaction detail, data entry) generated by the system, print on the slip and store in the system also

1. Please explain the purpose of this requirement. 2. Print on the slip - Does it mean that hash value should be printed on eChallan slip?

The purpose of this requirement is to keep record of E-challans and hash value should be printed on the e Challan slip as stated in FR 1.195

1570. 290 ICOMC_MSI_RFP_BBSR,

F1.204: type and extent of human impact.

Impact of human could not captured using external devices on filed, this requires system in the vehicle. And the output will be inaccurate, hence we request you to remove.

Bidder shall provide ‘fields’ for type and extent of human impact in the application. These fields shall be filled by the accident investigator.

Page 367: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

367

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

1571. 296 Section 5 TR-1 Technical Requirement Traffic Violation Detection System (TVDS) including ANPR TR.1.09

The ANPR Camera shall support a resolution of 1920 x 1080 with a frame rate of at least 25 fps.

Application of the mentioned camera is for detecting LPR and fast moving vehicles. It is highly recommeded to use 50/60 FPS instead of 25FPS. Thus, for higher accuracy kindly change from 25FPS to 50/60FPS

The requirement given in RFP is minimum. The bidder can propose the system or equipment meeting or exceeding these specifications.

1572. 296 Section 5 TR-1 Technical Requirement Traffic Violation Detection System (TVDS) including ANPR TR.1.10

The The ANPR Camera shall have a 2/3” CCD progressive sensor and a varifocal lens of 5-50mm

Now-a-day, all the major brands are using CMOS sensor instead of CCD sensors for such major projects. Also, 2/3" Image sensor is not the standard size used by any of the brand. Thus, requesting you to kindly ammed Image Sensor as 1/2" or better and CMOS as sensor type instead of CCD.

Refer to Corrigendum.

1573. 296 5.1. Smart Traffic Management System - Traffic Violation Detection System (TVDS) including ANPR - TR 1.1

This specification covers the requirements for the supply, installation and testing of Traffic Violation Detection sub-system (TVDS). This sub-system shall provide proven non-intrusive camera with the required software to cover the various types of violations to be detected, ANPR camera (bundled or separate as per the bidder design - cost to be included), overview camera for

Please confirm that MSI will be given standardized formats for pattern recognition in this case.

Bidder to gather required information & propose solution in compliance to the bid requirements.

Page 368: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

368

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

manual check (as per bidders design), and all required software which shall be useful for submitting a legally valid evidence.

1574. 296 ICOMC_MSI_RFP_BBSR,

The data of TVDS will be stored in Local processing unit (LPU) and LPU should have the storage capacity of minimum 7 days.

LPU shall store only incident data and not the continous recording data. Please confirm our understanding

Bidder's understanding is correct.

1575. 296 Section 5. TR-1 Technical Requirement. TVDS. TR1.10

The ANPR Camera shall have a 2/3” CCD progressive sensor and a varifocal lens of 5-50mm.

As per standard industry practices, 1/3" CMOS or bigger as 1/3" and bigger sensors are used in 1920 x 1080p resolution, request you to please change.

Refer to Corrigendum.

1576. 297 5.1 It shall support adjustable imaging modes to allow configuration for regional plate characteristics.

Please clarify what is the purpose of this requirement

The Bidder's solution should be configurable to capture license plates with varying regional characteristics to cover non-regulated license plates.

1577. 297 Section 5 TR - 1 Technical Requirements Overview Camera TR 1.26

The overview camera shall provide a minimum frame rate of 25 fps. The camera shall use a 1/3" or 1/2" colour, inter-line transfer, solid state CCD image sensor with a minimum of 1920 x 1080 resolution.

Sensor type CCD along with inter-line transfer is obsolute/old technology. The latest technology used by major brands is CMOS sensor type with Progressive Scan technology. Also for ANPR application, the rcommended frame rate is 50/60FPS or above for high accuracy. Thus, requesting to head with latest and better technology. Kindly ammend Image Sensor as CMOS with Progressive Scan Technology at 50/60FPS.

Refer to Corrigendum.

1578. 297 Section 5 TR - 1 Technical

To be added It is recommended to have only branded and certified products for smooth functionality and better

Refer to Corrigendum.

Page 369: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

369

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Requirements Overview Camera

operational life. Thus few international certificatation which are popular across the globe are UL, FCC and EN/CE. Thus, it is compulsory that the quoted/proposed models should have EN/CE, FCC and UL certificate.

1579. 297 ICOMC_MSI_RFP_BBSR,

TVDS Local Processing Unit We request you to remove and consider the bidders solution as long as the proposed solution needs to meet the functional requirements

The conditions mentioned in RFP shall be applicable.

1580. 297 TR 1.19 Outdoor rated CAT6 cable Please provide the distance at the junction level to the ICOMC to calculate the cable quantity?

The Bidder is encouraged to conduct site visit & gather required information to complete proposal.

1581. 297 TR 1.24 The overview camera shall have IR illumination. IR Illuminator can be Internal or external & visibility should be at least 100 m.

Since Camera viewing distance is nearly 30 meters, 100 meters IR illumination is more.

Refer to Corrigendum.

1582. 297 TR 1.30 The LPU shall be of minimum i3, 2.4 GHZ processor or latest version of processor

Min. Quad Core - ARM Cortex is enough for Image Processing.

Refer to Corrigendum.

1583. 297 Section 5. TR-1 Technical Requirement. TVDS. TR1.17

It shall be able to produce JPEG and MJPEG stream output and shall have multiple image display facility

Please also add H.264 High Profile for stream output which is best compression and widely used.

Refer to Corrigendum.

1584. 297 Section 5. TR-1 Technical Requirement. TVDS. TR1.22

The overview camera shall capture the infracting vehicle including the status of Traffic Signal. These videos shall be available in the incident review system.

Please clarify whether the OVERVIEW cameras are FIXED type or PTZ type

Fixed Type

1585. 297 Section 5. TR- The overview camera shall be Please improve the illumination The requirement given in RFP is

Page 370: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

370

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

1 Technical Requirement. TVDS. TR1.23

supported by illumination devices to ensure images captured with a minimum illumination of 0.05 Lux are readable/viewable when viewed through a standard computer monitor

range from 0.05 lux to 0.01 lux. Please also clarify whether this illumination requirement is for COLOR image or B/W image

minimum. The bidder can propose the system or equipment meeting or exceeding these specifications.

1586. 297 Section 5. TR-1 Technical Requirement. TVDS. TR1.24

The overview camera shall have IR illumination. IR Illuminator can be Internal or external & visibility should be at least 100 m.

Please clarify whether the OVERVIEW cameras are FIXED type or PTZ type. If it's fixed camera, please change the min. range to 60m as it's difficult from fixed camera to achieve this illumination

Fixed Type. Refer to Corrigendum.

1587. 297 Section 5. TR-1 Technical Requirement. TVDS. TR1.26

The overview camera shall provide a minimum frame rate of 25 fps. The camera shall use a 1/3" or 1/2" colour, inter-line transfer, solid state CCD image sensor with a minimum of 1920 x 1080 resolution.

Please also allow CMOS sensors as is latest technology

Refer to Corrigendum.

1588. 297 Section 5. TR-1 Technical Requirement. TVDS. OVERVIEW CAMERA

Overview Camera The lens specification of these cameras are not mentioned. Please clarify the lens requirement for these cameras.

Bidder to propose as per their solution and site conditions and in compliance with bid documents.

1589. 297 Section 5. TR-1 Technical Requirement. TVDS. TR1.28

The overview camera shall be IP66.

Please improve it to IP 67 & IK10 for vandal protection. Please also specify the supported operating tempreature of upto 60 deg C.

The requirement given in RFP is minimum. The bidder can propose the system or equipment meeting or exceeding these specifications. Operating temperature : Refer to TR 1.53

1590. 297 Section 5. TR-1 Technical Requirement.

The overview camera shall be compliant to operating voltage of 230V, 50

Please also allow POE+ based operation for Power & data transmission.

Bidder can include the additional device as per their solution. The solution should meet therapy

Page 371: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

371

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

TVDS. TR1.29

Hz AC power, or alternatively have power transformers that are compliant to operating voltage

functionality and should be suitable to site conditions.

1591. 297 Section 5. TR-1 Technical Requirement. TVDS. OVERVIEW CAMERA

CERTIFICATION missing for cameras

Please incorporate camera certifcation : CE, FCC & UL

check the appropriate CE to be in included under general section on Page 299

1592. 299 5.1 The triggering of RLVD shall be done either by virtual camera sensor or video analytics or by using a sensor placed on Red LED aspect to detect the signal head status in real-time.

It is better to take signal status from the traffic controller placed in the junction via wired connection to get reliability. Hence request you add this in the specification

Refer to Corrigendum.

1593. 299 5.1 The enclosure of LPU shall comply with IP 65.

Please change the IP66 to IP55 because these devices are place in IP55 Enclosure , hence having IP66 will not give any benefit

Refer to Corrigendum.

1594. 300 5.1 The cabinets of all the devices shall be electrically and mechanically robust and shall have a degree of protection of IP66 or higher specified in IEC60529

Please change the IP66 to IP55 because these devices are place in IP55 Enclosure , hence having IP66 will not give any benefit

Refer to Corrigendum.

1595. 300 TR 1.55 The cabinets of all the devices shall be electrically and mechanically robust and shall have a degree of protection of IP66 or higher specified in IEC60529

IP55 protection is suffeicent for the cabinet.

Query addressed before.

1596. 302 5.1 The PA system speakers shall be of high impedance matching the line level input.

Please clarify how Watts to be considered for the speaker?

Designing of the solution is in Bidder's scope.

Page 372: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

372

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

1597. 305 Section 5 – Technical Requirements

TR 1.137 - The e-challan handheld shall have latest mobile operating system (Windows or Android)

Windows systems are not stable and Android system changes quite frequently. Please specify the version of the Android system for development. The version will remain same till Go-Live

Bidder to propose the OS version released on or after 2016 and should be upgraded as & when required as per the latest version released.

1598. 301 TR 1.76 All components of the PA system shall have an operating temperature range of at least +5ºC to +60ºC and shall have a storage temperature range of 0ºC to +80ºC.

Request you to change the operating temperature to Intermittent Maximum temperature of +60 Degree

The conditions mentioned in RFP shall be applicable.

1599. 268 5. Functional Requirements 5.1. Smart Traffic Management System FR - 1 Functional Requirements FR 1.17

The system should at least have 95% of violation detection accuracy as the minimum accuracy level irrespective of the type of violation, time and condition of the violation in the field.

As per RFP: It is planned to have 1 ANPR camera for multiple lans. It is always recommended to use a single ANPR for each lane to get better accuracy and 95% or more results. The purpose of having 1 Lane per camera is due to minimum pixels required is 500 pixels/meter for OCR/ANPR recognition. If we use single camera for multiple lane, then the desired pixels will not be achieved and the accuracy may drop below 60%. Hence we would recommend to conside 1 ANPR camera Per Lane and for Speed/Red Light violation

The detection accuracy mentioned under FR 1.17 is for violation detection for TVDS system and is not for ANPR detection. For ANPR camera numbers can refer to clause TR 1.21 on page 297, wherein it is stated that: ANPR Type 1: for one traffic lane approach ANPR Type 2: for two traffic lanes approach ANPR Type 3: for three traffic lanes approach ANPR Type 4: for four traffic lanes approach the above ANPR type can have more than one ANPR cameras as per bidder's solution to achieve the desired accuracy. Refer to Corrigendum.

1600. 269 FR 1.22 Red Light Violation Detection (RLVD) – The non-intrusive RLVD sub-system should be

Please advie the type of Integration required in RLVD with Traffic Lights. It is recommened to integrate with

The RFP is self-explanatory.

Page 373: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

373

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

capable of capturing multiple Infraction Vehicle Data (IVD) simultaneously on each arm of the junction at any point of time.

the controller of Red Light for better performance of the system and reducing the false alerts

1601. 275 FR 1.67 Court Evidence Standard Procedure – The ANPR system should provide the Colour video & image evidences of infracting vehicles to be submitted in the court

TO achieve this, there shall be enough Even lighting across all the desired location, Since during light the images captured will be B/W and shall not be accpetable in court as Evidence. Hence recommend you to add White Light Soucre in the Bid to achieve the same

The RFP is self-explanatory. The requirement given in RFP is minimum. The bidder can propose the system or equipment meeting or exceeding these specifications.

1602. 279 FR 1.87 Video Camera (if required): Colour video camera with IR flash capable of capturing video during night/dark. Captured video should enable client to identify and classify vehicles visually for comparative analysis purposes.

Query not found.

1603. 296 TR 1.6 The TVDS should have at least 90% violation detection accuracy as the minimum accuracy level irrespective of the type of violation, time and condition of the violation in the field.

This conflicts to the clause FR 1.17 of RFP. Request you to specify the accuracy required

Refer to Corrigendum.

1604. 296 TR 1.10 The ANPR Camera shall have a 2/3” CCD progressive sensor and a varifocal lens of 5-50mm.

Request you to change the 2/3" CCD to 1/3" CCD/CMOS or better. As quality players will not qualify.

Refer to Corrigendum.

1605. 297 TR 1.21 The following types of ANPR are required based on number of lanes on a particular approach/ leg: ANPR Type 1: for one traffic lane approach ANPR Type 2: for two traffic

As per RFP: It is planned to have 1 ANPR camera for multiple lans. It is always recommended to use a single ANPR for each lane to get better accuracy and 95% or more results. The purpose of having 1 Lane per camera is due to minimum

As per Bidder's Solution.

Page 374: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

374

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

lanes approach ANPR Type 3: for three traffic lanes approach ANPR Type 4: for four traffic lanes approach

pixels required is 500 pixels/meter for OCR/ANPR recognition. If we use single camera for multiple lane, then the desired pixels will not be achieved and the accuracy may drop below 60%. Hence we would recommend to conside 1 ANPR camera Per Lane and for Speed/Red Light violation

1606. TR 1.24 The overview camera shall have IR illumination. IR Illuminator can be Internal or external & visibility should be at least 100 m.

It is always recommended to capture colur images for evidence purpose in court. Request you to change to White Light Illuminators for capture colour images.

Refer to TR 1.23. The required illumination is minimum and bidder can propose the pacification as per their solution and it should be sufficient to capture the color image during night time.

1607. 277 The real-time traffic data can be shared with 3rd party map solution providers and online navigation systems as per the discretion of BSCL

The real time traffic data for any road stretch/junction should be part of maps data. The data should also provide data of speed limits of various roads/stretches.

The RFP is self-explanatory.

1608. 16 5.2.4 Qualifications of the Bidder

all partners of the Joint Venture/Consortium shall be liable jointly and severally for the execution of the Contract in accordance with the Contract terms, and a statement to this effect shall be included in the authorization mentioned under ITB Clause 5.2.2 above, in the bid as well as in the Contract (in case of a successful bid).

Only the MSI shall be jointly andseverally liable for execution of the contract, consortium partners shall only be liable for execution of their respective scopes onlu.

The conditions mentioned in RFP shall be applicable.

1609. 51 Evaluation Criterion

The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation of Integrated

We request that the OEM Experience also be considred for the qualification purpose. We also request you to have the

RFP Conditions Prevail.

Page 375: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

375

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Operations Centre/Command and Control Centre integrating at least three (3) different city/campus-wide applications/sensors at the command and control centre for a city wide / campus wide deployment having a minimum value of INR 10 crores per project (excluding civil works) during last seven (7) years. Number of Projects: 1) 2 Projects : 3 Marks 2) >2 and <5 Projects : 7 Marks 3) >5 Projects: 10 Marks

minimum value of 10 CR removed and modified is as integrated with minimum 500 Cameras or sensors instead. we request that the modified clause reads as " The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation of Integrated Operations Centre/Command and Control Centre integrating at least 500 Cameras / Sensors at the command and control centre for a city wide / campus wide deployment, during last seven (7) years. Number of Projects: 1) 2 Projects : 3 Marks 2) >2 and <5 Projects : 7 Marks 3) >5 Projects: 10 Marks

1610. 51 Evaluation Criterion

The bidder shall have experience on at least two AVL projects for intra-city public transit system with a fleet of at least 50 buses wherein the bidder shall have provided AVL system software and hardware to monitor, manage and control transit operations. In addition, the bidder should have integrated the AVL system with the Passenger Information sub-system to provide route and ETA (expected travel arrival) to

We request that the OEM Experience also be considred for the qualification purpose. We also request you to consider AVL projects that has Emergency Vehicles / Ambuances in the fleet and modify the Clause to read as " The bidder shall have experience on at least two AVL projects for Solid Waste Management / Emergency Response Managment or intra-city public transit system with a fleet of at least 50 Vehicles (

Refer to Corrigendum.

Page 376: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

376

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

passengers. The AVL projects should have been commissioned within the past 7 (seven) years from the date of submission of the bid and should have been in commercial operations for at least one year after successful system acceptance. Number of Projects: 1) 2 Projects : 3 Marks 2) >2 and <5 Projects : 5 Marks 3) >5 Projects: 7.5 Marks

Municipal Vehicles / Police Vehicles / PCR Vehicles / Ambulances / Buses ) wherein the bidder shall have provided AVL system software and hardware to monitor, manage and control transit operations.The AVL projects should have been commissioned within the past 7 (seven) years from the date of submission of the bid and should have been in commercial operations for at least one year after successful system acceptance." Number of Projects: 1) 2 Projects : 3 Marks 2) >2 and <5 Projects : 5 Marks 3) >5 Projects: 7.5 Marks

1611. 297 TR - 1 Technical Requirements Overview Camera TR 1.26

The overview camera shall provide a minimum frame rate of 25 fps. The camera shall use a 1/3" or 1/2" colour, inter-line transfer, solid state CCD image sensor with a minimum of 1920 x 1080 resolution.

Sensor type CCD along with inter-line transfer is obsolute/old technology. The latest technology used by major brands is CMOS sensor type with Progressive Scan technology. Also for ANPR application, the rcommended frame rate is 50/60FPS or above for high accuracy. Thus, requesting to head with latest and better technology. Kindly ammend Image Sensor as CMOS with Progressive Scan Technology at 50/60FPS.

Refer to Corrigendum.

1612. 297 Section 5 TR - 1 Technical Requirements Overview

To be added It is recommended to have only branded and certified products for smooth functionality and better operational life. Thus few international certificatation which

Query addressed before.

Page 377: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

377

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Camera are popular across the globe are UL, FCC and EN/CE. Thus, it is compulsory that the quoted/proposed models should have EN/CE, FCC and UL certificate.

1613. 395 Section 5 TR-4 Technical Requirement Fixed and PTZ Camera, Lenses and Mounts.

TR4.5 - Video output resolution shall not be less than 1920x1080 pixels. TR 4.20 - Fixed Camera resolution shall be 2048 x 1536 or better.

For the mentioned technical specs of camera, two different resolution has been mentioned i.e. 2MP (1920x1080) and 3MP (2048x1536). As per our experience, 2MP camera will be sufficient for the mentioned application and will be economical financially. Thus, requesting you to kindly mention only single resolution to avoid confustion. Recommend resolution to be ammend is Full HD 2MP (1920x1080)

The conditions mentioned in the RFP shall be applicable.

1614. 395 TR-4 Technical Requirement Fixed and PTZ Camera, Lenses and Mounts TR.4.7

To be added Monitoring the city is higly crucial, the recordering of the video also need to be highly stable. Thus, we would recommend few major features at camera end to obtain high clarity and stable video feeds. 1) Enchanced/Electronic Image Stablization (EIS) - which reduces the effects of vibration in a video. Thus provide stable video stream instead of random vibrations due to pole. 2) Defog - when the environment is foggy and the image is misty,it enhances the subtle details so that the image appears clearer. 3) 3D DNR - reduces the noise in

The conditions mentioned in RFP shall be applicable.

Page 378: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

378

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

the video stream. The we highly recommend to ammend these features for Fixed and PTZ cameras - EIS, Defog, 3D DNR - Support

1615. 395 TR-4 Technical Requirement Fixed and PTZ Camera, Lenses and Mounts TR.4.9

To be added Due to outdoor enviornment, the camera must have true WDR feature to avoid dark image of the object which is obtained under the influence of strong light source in the background. Thus, avoid such darkness over the area of interest under the sunlight. Kindly ammend that the Fixed and PTZ camera should be support True WDR - 120dB or better

The RFP is self-explanatory.

1616. 396 TR-4 Technical Requirement Fixed and PTZ Camera, Lenses and Mounts TR.4.11

H.264 Video compression technique

H.264 is the old video compression technology, whereas, H.265 is the latest video compression technology. This compression technology which is being used by many leading brands and helps to reduce the bandwidth and storage consumption. Thus, reducing the load over network and storage complexity. Thus will be more economical financially too. Thus, kindly make it compulsory for the quoting H.265 compatible fixed and PTZ Camera

The conditions mentioned in the RFP shall be applicable.

1617. 396 Section 5 TR-4 Technical Requirement Fixed and PTZ Camera, Lenses and

For fixed cameras, the IR shall support a range of at least 50m

As per the lens size mentioned in TR 4.20 (2.8~10mm), the maximum visibility of the camera is around 20~25m. Thus, IR range 30m will be sufficient to meet the requirement and prove an economical solution. Thus, kinldy

Refer to Corrigendum.

Page 379: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

379

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Mounts TR.4.19

ammend IR range as 30m for economical solution.

1618. 396 Section 5 TR-4 Technical Requirement Fixed and PTZ Camera, Lenses and Mounts TR.4.20

The fixed camera shall provide a minimum focal length range of 2.8-10 mm compensated with a minimum 12x digital zoom

It is highly recommended to have motorized lens for fixed camera. Thus allowing the user to zoom IN/OUT remotely for major event or else when require. It can also be varied as per the site requirement, thus reducing the dependency over Bidder and minimizing maintainance cost. Making the process hurdle free. Thus, kindly ammend motorized lens for fixed camera.

The conditions mentioned in the RFP shall be applicable.

1619. 396 Section 5 TR-4 Technical Requirement Fixed and PTZ Camera, Lenses and Mounts TR.4.21

Lens of 4.3mm-129mm with minimum 35X optical and 12X digital zoom.

There is a descripency between the lens size and optical zoom, whereas they are internally related. Lens size 4.3~129mm support 30x Optical zoom but we suggest to go for 35x optical zoom with lens size 4.3~105.5mm or better. Kindly ammend Optical Zoom - 35x and Lens size - 4.3 to 150.5mm or better.

Refer to Corrigendum.

1620. 396 Section5 TR-4 Technical Requirement Fixed and PTZ Camera, Lenses and Mounts TR.4.21

Pan speed shall be between 0.1-350°/s and Tilt speed shall be 0.1-350°s.

The PTZ with in-built IR is not recommended to have such high Pan and Tilt speed. This might create shadow image when performing Pan or Tilt operation as such speed. Thus, recommended Pan and Tilt speed for the IR PTZ should be - Pan Speed - 240°/s Tilt Speed - 200°/s

Refer to Corrigendum.

1621. 297 Technical Requirement

To be added It is recommended to have only branded and certified products for

The conditions mentioned in RFP shall be applicable.

Page 380: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

380

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Fixed and PTZ Camera, Lenses and Mounts

smooth functionality and better operational life. Thus few international certificatation which are popular across the globe are UL, FCC and EN/CE. Thus, it is compulsory that the quoted/proposed models should have EN/CE, FCC and UL certificate.

1622. 397 Section 5 TR-4 Technical Requirement Network Video Recorder (NVR) TR.4.33

The NVR shall support both Linux and Windows platform.

The NVR is an embedded based system which operated over Linux based. Whereas, the VMS software supportes windows platform. Thus requesting to ammend as Operating system of NVR as Linux or Windows Platform or To be specified by Bidder

Query addressed before.

1623. 397 Section 5 TR-4 Technical Requirement Network Video Recorder (NVR) TR.4.35

The NVR shall have failover and redundancy built in with seamless playback without manual intervention.

In case of network failure of actual working NVR, seamless recording and live view can be done by redundant NVR, playback can be done once the network of actual NVR resumes. But in case of complete NVR failure, HDD needs to be shift from working NVR to redundant NVR to get the playback where Manual intervention is required. Thus, recording failover redundancy technology is for seamless, recording and live viewing, while playback can't be done seamlessly.Request you to ammend the clause to NVR shall support failover and recording redunacy built in seamless without manual intervention

The conditions mentioned in the RFP shall be applicable.

1624. 397 Section 5 To be added ANR feature is best feature to The conditions mentioned in the

Page 381: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

381

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

TR-4 Technical Requirement Network Video Recorder (NVR) TR.4.37

obtain or retrive all the videos irrespective of network failover. Wherein, during the time of network failover, the recording will be done in SD Card available inside the camera. As soon as the network will be active, the NVR will pull all the data missing. Thus we strongly request to ammend the feature of ANR.

RFP shall be applicable.

1625. 397 Section 5 TR-4 Technical Requirement Network Video Recorder (NVR)

To be added In case of reducing the cost of project and complexity of network and storage, we recommended that all the cameras should support H.265. Thus, it is also equally important that the NVR should support H.265 video compression. Thus kindly ammend that the NVR should support H.265 video compression.

The conditions mentioned in the RFP shall be applicable.

1626. 372 Section 5 FR - 4 Functional Requirements Network Video Recorder (NVR) FR 4.11

NVRs shall be sized to provide minimum 30 days storage assuming recording of 24hrs a day, 7 days a week and 30 days a month at 4 CIF resolution.

Video evidence being one of the major concern to solve major accident quickly, we suggest to consider RAID 5/RAID 6 technology for data security with the feature of Hotspare to obtain uninterrupted video storage option. This feature can help to retrive video data even 1 or 2 HDDs are inactive respectively. Kindly ammend to have NVR which support RAID 5/RAID 6

The conditions mentioned in the RFP shall be applicable.

1627. 297 Section 5 TR-4 Technical Requirement Network Video

To be added It is recommended to have only branded and certified products for smooth functionality and better operational life. Thus few international certificatation which

The conditions mentioned in the RFP shall be applicable.

Page 382: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

382

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Recorder (NVR)

are popular across the globe are UL, FCC and EN/CE. Thus, it is compulsory that the quoted/proposed models should have EN/CE, FCC and UL certificate.

1628. 274 5. Functional Requirements 5.1. Smart Traffic Management System FR - 1 Traffic Violation Detection System (TVDS)

FR 1.58: The following are the minimum details of the infracting vehicle to be captured: • Location Name and ID along with Latitude and Longitude • Date & Time of the instance • Vehicle Number plate (Captured & Processed) • Headway • Image of the vehicle • Direction of Travel • Speed of the vehicle

Detection and conversion of number plates is highly dependent upon license plate as well as environmental conditions. Considering this the Penalty levied is very high. Hence we hereby request you to: 1) Kindly reduce the Penalty amount. 2) Penalties should be kept to 5% of the payable amount in the quarter

The conditions mentioned in the RFP shall be applicable.

1629. 723-724

8.4.2.2. Automatic Number Plate Recognition (ANPR)- Performance/Accuracy

Penalty Speed Accuracy with +/ - 5% w.r.t actual speed of the vehicle is a standard for speed detection and penalty for this range will become a legal matter. Also, system should not be acceptable beyond this range (i.e. +/-5%) and a third party certification should be asked to prove the speed accuracy with this range.

The conditions mentioned in the RFP shall be applicable.

1630. 723-724

8.4.2.2. Automatic Number Plate Recognition (ANPR)- Performance/Accuracy

4. Speed Accuracy: should be +/ - 5% w.r.t actual speed of the vehicle

Query not found.

1631. 718 5 6.2 Client shall pay the electricity We understand bidder do not has to Query addressed before. Refer to

Page 383: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

383

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

bill for the smart solutions components under the scope of this contract;

factor any electrical cost for field and ICOMC

Addendum.

1632. 718 Vol 1, Section 5 / 6.2

Client shall pay the electricity bill for the smart solutions components under the scope of this contract;

We understand that BSCL will provide the recurring charges of the electricity at both Field level and at Control room. However, please clarify who will bear the one time cost of setting up of electric meters?

All set up required for commissioning of the systems / equipment etc. including procuring electric connections wherever required shall have to be borne by the MSI. Only the recurring cost of electric supply for operation of system and electrical metering shall be borne by the Client. Also refer to addendum.

1633. 751 I. Contract Agreement Article 3. Effective Date for Determining Time for Operational Acceptance

3.2 If the conditions listed under 3.1 are not fulfilled within two (2) months from the Effective Date as per GCC Clause 10, because of reasons not attributable to the MSI, the Parties shall discuss and agree on an equitable adjustment to the Contract Price and the Time for Achieving Operational Acceptance and/or other relevant conditions of the Contract.

Request you to kindly elaborate equitable adjustment to the Contract Price

As deemed appropriate by the Client in consultation with the MSI

1634. 758 Contract-9.1 The MSI shall comply with the Client’s policy in regard to corrupt and fraudulent practices as set forth in Attachment 1 to the GCC.

Query: IBM follow’s the IBM Business Conduct Guidelines (https://www.ibm.com/investor/governance/business-conduct-guidelines.html) to keep our adherence to industry and legal requirements. Our Business Conduct Guidelines or BCG is robust, and was developed over a period of 100 years. We, through the "IBM BCG" complies to standards that are generally

RFP Conditions Prevail.

Page 384: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

384

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

followed globally and this includes regular audit to find any gaps or non-compliances, if any. Can we remove this requirement and keep our adherence to the IBM BCG?

1635. 758 Contract-9.2 The Client requires the MSI to disclose any commissions or fees that may have been paid or are to be paid to agents or any other party with respect to the selection process or execution of the Contract.The information disclosed must include at least the name and address of the agent or other party, the amount and currency, and the purpose of the commission, gratuity or fee. Failure to disclose such commissions, gratuities or fees may result in termination of the Contract.

Query: We request deletion. RFP Conditions Prevail.

1636. 759 Contract-14.3 We request the change in clause as follows: “No change made necessary because of any material default of the MSI in the performance of its obligations under the Contract shall be deemed to be a Change, and such change shall not result in any adjustment of the Contract Price or the Time for Achieving Operational Acceptance.”

RFP Conditions Prevail.

1637. 759 Contract-14.5 (1)

The Client may, at any time during the term of the Contract, instruct the MSI, by issuing a written notice, to carry out a Variation (a Variation Order).

This is too subjective and vague. We request that any change in the terms and conditions be changed through a previously agreed change control procedure.

RFP Conditions Prevail.

Page 385: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

385

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Provided that, the Client shall not propose a Variation which is not technically or financially feasible, such feasibility being determined in accordance with Good Industry Practice, or any Variation that constitutes unrelated work;

1638. 761 Contract-14.8 We request for the following change in the clause: “No Variation invalidates the Contract.The MSI agrees that a Variation may involve the omission of any part of the Scope and further,. ”

RFP Conditions Prevail.

1639. 761 Contract-14.9 We request the clause be amended as follows: “Notwithstanding anything contained in this Clause 14, the Client shall not agree to any Variation if: (i) the MSI seeks any Variation in its obligations which is due to any shortcoming or deficiency in the documents provided by the MSI; (ii) the Variation relates to repeat performance of the Solution due to the MSI's failure to comply with the Client's requirements; or (iii) other than on account of a Change in Law.”

RFP Conditions Prevail.

1640. 762 Contract-14.10 “If due to any reason the MSI and Client are not able to finalize a change in the system (ex: including a hardware component or a software functionality which was not anticipated earlier), the

We request deletion of this clause. RFP Conditions Prevail.

Page 386: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

386

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Client reserves a right to get the change executed by any other third party. However the component or functionality being a part of the comprehensive system, the original MSI shall have obligation to support any integration effort required whatsoever and extend full co-operation to the third party and the Client.”

1641. 762 Contract-15 We request the clause be amended as follows: “For the purposes of this Contract, “Change in Law” means the occurrence of any of the following events after the date of execution of the Contract: (i) the modification, amendment or repeal of any existing Applicable Law; (ii) the enactment, promulgation, bringing into effect, adoption of any new Applicable Law; (iii) change in the interpretation or application of any Applicable Law by any Authority; (iv) or(v)… … If, after the date of this Contract, there is any Change in Lawwhich: increases the cost incurred by the MSI in deploying the Project;and/or (ii) affects the Project Schedule. then the Client may notify the MSI and appropriate adjustments shall be made to the Total Value of

RFP Conditions Prevail.

Page 387: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

387

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

ContracttoaccountfortheChangeinLaw.Thenotice shall be accompanied by all supporting documents, details and information required by the MSI to assess the claims of the Client. …”

1642. 763 II - General Conditions of Contract - Attachment 1 - 14.11

Price shall be fixed Bidder will monitor the cost components related to this assignment. At each milestone and at the time of periodic reviews, in case of variances against its budget for reasons not attributable to Bidder like delays in inputs/approvals by Buyer, non-availability of facilities at the Buyer, increase in the scope of the agreed Change-Requirements or increase in the Buyer’s Implementation support requirements etc., Bidder will bring this to the attention of Buyer. All such cost increases will be discussed and mutually agreed upon. Bidder will then raise invoices, payment period and other conditions for such invoices, which will be similar to those for payments laid out in the proposal.

RFP Conditions Prevail.

1643. 763 Contract-17 Suspension We request deletion of this requirement.

RFP Conditions Prevail.

1644. 763 Contract-18 Termination We request the clause be limited to termination for material breach with a notice period of thirty days. We request BSCL to remove all the other requirements pertaining to the termination clause.

Refer to Corrigendum.

1645. 763 14.10Change If due to any reason the MSI and Any new implementation integration RFP Conditions Prevail.

Page 388: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

388

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

or Modifications or Variations

Client are not able to finalize a change in the system (ex: including a hardware component or a software functionality which was not anticipated earlier), the Client reserves a right to get the change executed by any other third party. However the component or functionality being a part of the comprehensive system, the original MSI shall have obligation to support any integration effort required whatsoever and extend full co-operation to the third party and the Client.

effort needs to be paid additionally by the BSCL

1646. 764 18 Termination By the Client for MSI’s default - At Client’s convenience

18.1.15 The Client may at any time terminate the Contract for any reason by giving the MSI a notice of termination that refers to this GCC Clause 18 c. In the event of termination of the Contract under GCC Clause 18.1.15, the Client shall pay to the MSI the following amounts: (a) the Contract Price, properly attributable to the parts of the System executed by the MSI and payable recurrent cost on pro-rata basis, if project is in Maintenance Period, as on the date of termination; (b) the costs reasonably incurred by the MSI in the removal of the MSI’s Equipment from the site and in the repatriation of the MSI’s and its Subcontractors’

Request to remove the termination for Convenience clause.

RFP Conditions Prevail.

Page 389: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

389

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

personnel; (c) any amount to be paid by the MSI to its Subcontractors in connection with the termination of any subcontracts, including any cancellation charges; (d) costs incurred by the MSI in protecting the System and leaving the site in a clean and safe condition pursuant to GCC Clause 18.1.16 (a); and (e) the cost of satisfying all other obligations, commitments, and claims that the MSI may in good faith have undertaken with third parties in connection with the Contract and that are not covered by GCC Clause 18.1.17 (a) through (d) above.

1647. 765 Section 6, Clause 18.1.2

Without prejudice to other provisions of this contract , upon the occurance of a MSI event of Default, the client may deliver notice to MSI specifying the nature of breach and giving a cure period of thirty (30) days to the MSI event of default. Provided that, in case of occurrence of an MSI event of default, set out in clauses 18.1.1 (ii), or 18.1.1(iv), the Client shall have the right to terminate the Contract immediately, without any obligation to provide a cure period.

Without prejudice to other provisions of this contract , upon the occurance of a MSI event of Default, the client may deliver notice to MSI specifying the nature of breach and giving a cure period of thirty (30) days to the MSI event of default. Provided that, in case of occurrence of an MSI event of default, set out in clauses 18.1.1 (ii), or 18.1.1(iv) except sub clause 18.1.1(iv) d & e, the Client shall have the right to terminate the Contract immediately, without any obligation to provide a cure period.

Refer to Corrigendum.

1648. 771 Sect 6 II. General

At Client’s convenience It is recommended to delete this clause

RFP Conditions Prevail.

Page 390: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

390

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Conditions of Contract 18 c

1649. 773 Contract-19 Query 1: There is another set of indemnites defined in clause 60. We request deletion of this requirement since it is already covered. Query 2: We request this clause be deleted and be replaced with the following clause: “MSI’s entire liability for all claims related to the Agreement will not exceed the amount of any actual direct damages incurred by Client up to the amounts paid (if recurring charges, up to 12 months’ charges apply) for the product or service that is the subject of the claim, regardless of the basis of the claim. This limit applies collectively to MSI, its subsidiaries, contractors, and suppliers. MSI will not be liable for special, incidental, exemplary, indirect, or economic consequential damages, orlost profits, business, value, revenue, goodwill, or anticipated savings. The following amounts, if a party is legally liable for them, are not subject to the above cap: i) third party payments referred to in the paragraph below; ii) damages for body injury (including death); iii) damages to real property and tangible personal property; and iv) damages that cannot be limited

RFP Conditions Prevail.

Page 391: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

391

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

under applicable law. If a third party asserts a claim against Client that a MSI Product acquired under this Agreement infringes a patent or copyright, MSI will defend Client against that claim and pay amounts finally awarded by a court against Client or included in a settlement approved by MSI, provided that Client promptly (i) notifies MSI in writing of the claim, (ii) supplies information requested by MSI, and (iii) allows MSI to control, and reasonably cooperates in, the defense and settlement, including mitigation efforts. MSI has no responsibility for claims based, in whole or part, on Non-IBM Products, items not provided by MSI, or any violation of law or third party rights caused by Client’s content, materials, designs, specifications, or use of a non-current version or release of an MSI Product when an infringement claim could have been avoided by using a current version or release.”

1650. 774 19 INDEMNITY AND LIMITATION OF LIABILITY

The MSI must indemnify and hold harmless the Client and the Client's staff, their Affiliates and directors of their Affiliates (each a “Client Indemnified Party”) from and against any and all claims and losses suffered or incurred by the Client Indemnified Party, including claims by a third party, arising

It is requested to kindly modify the sub-clauses vi. and vii. as under: The MSI must indemnify and hold harmless the Client and the Client's staff, their Affiliates and directors of their Affiliates (each a “Client Indemnified Party”) from and against any and all claims and losses suffered or incurred by the

Refer to Corrigendum.

Page 392: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

392

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

out of: (vi) physical damage to the Project Office or any property therein; (vii) loss of or physical damage to property of any third party; or

Client Indemnified Party, including claims by a third party, arising out of: (vi) physical damage to the Project Office or any property therein, caused due to the direct default of the MSI; (vii) loss of or physical damage to property of any third party, caused due to the direct default of the MSI; or

1651. 776 Contract-21.1 We request the clause be amended and restated to reflect the following: “TheMSIshallperformtheWorkin accordance to this Contract, and shall observe sound management practices, and employ appropriate information technologies, systems, support, maintenance, training and other related services or in accordance with Best Industry Practices. In particular, the MSI shall provide and employ only technical personnel who are skilled and experienced in their respective callings and supervisory staff who are competent to adequately supervise the work athand.”

RFP Conditions Prevail.

1652. 776 Contract-21.2 We request the clause be amended and stated as follows: TheMSIconfirmsthatithasenteredintothisContract on the basis of a proper examination of the data relating to the System provided by the Client and on the basis of information that the MSI could have

RFP Conditions Prevail.

Page 393: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

393

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

obtained from a visual inspection of the site (ifaccess to the site was available) and of other data readily available to the MSI relating to the System as at the date twenty-eight (28) days prior to bid submission.

1653. 776 Contract-21.3 We request the clause be amended and stated as follows: “TheMSIshallbe responsiblefortimelyprovisionofall resources, information, and decision making underits control that are necessary to reach a mutuallyAgreed and Finalized Project Plan (pursuant to GCC Clause 46.2) within the time schedule specified in the Implementation Schedule in the Technical Requirements Section.”

Refer to Corrigendum.

1654. 777 Contract-21.8 We request the clause be amended and stated as follows: “The MSI shall comply with all laws in force in India generally applicable to it as an IT service provider. Thelawswillincludeallnational,provincial,municipal, or other laws that affect the performance of the ContractandarebindingupontheMSI.”

RFP Conditions Prevail.

1655. 777 Contract-21.10 We request the clause be amended and stated as follows: “The MSI shall acquire in its name all permits, approvals, and/or licenses from all local, state, or national government authorities or public service undertakings that are necessary forit to function as an IT

RFP Conditions Prevail.

Page 394: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

394

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

service provider, .”

1656. 778 Contract-22 We request deletion of this clause. RFP Conditions Prevail.

1657. 779 II - General Conditions of Contract - Attachment 1 - 22.1.2 / 22.1.3

No Conflict Bidder shall be free to do similar business either for itself or for any other party or offer similar services to any third parties but without in any way affecting the services agreed to be offered by Bidder under this Proposal.

Refer to Corrigendum.

1658. 779 22.2 CONFLICT OF INTEREST b. MSI and Affiliates Not to Engage in Certain Activities

22.1.2 The MSI agrees that, during the term of this Contract and after its termination/completion, the MSI and its Affiliates, shall be disqualified from providing consultancy related to the Services, for the implementation of the Smart Solutions Project, unless otherwise indicated in the SCC.

It is requested to kindly modify the sub-clauses as under The Client and the MSI agrees that, during the term of this Contract and after its termination/completion, the MSI and its Affiliates, shall not be disqualified from providing consultancy related to the Services, for the implementation of the Smart Solutions Project, unless otherwise indicated in the SCC.

Refer to Corrigendum.

1659. 780 III SCC of Contract

25. Insurance to be Taken out by the MSI: The MSI shall obtain Third-Party Liability Insurance in the amount of INR 10 crores. The Insurance shall cover the entire Contract Period.

We will arrange for CAR policy for the works which allows for TPL coverage upto 10% of total sum insured. We will evidence the same limit. Also INR 10 Cr is too high as per the applicable standards. Request for amend the same.

RFP Conditions Prevail.

1660. 780 Contract-24 There is repetition of this clause in multiple places. Request the clause be amended in accordance to the clause mentioned in query for clause 19.

RFP Conditions Prevail.

1661. 780 Contract-25 Query: IBM has insurance coverage as per local regulations. Can we amend the clause to state that we

RFP Conditions Prevail.

Page 395: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

395

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

will adhere as per required local regulations?

1662. 781 Sect 6 II. General Conditions of Contract 25.1 b)

Installation “All Risks” Insurance It is recommended to delete this clause

RFP Conditions Prevail.

1663. 781 II - General Conditions of Contract - Attachment 1 - 26

Auditing Bider requests auditor's compliance to Bidder's reasonable security when conducting audit and the audits to be conducted at Buyer's cost.

Agreed.

1664. 781 6 Insurance to be Taken out by the MSI

Request customer to take care of any damage to infra due to accident during operations phase

RFP Conditions Prevail. Kindly refer SCC 25.1 (e) for details

1665. 782 Sect 6 II. General Conditions of Contract 26.2

The MSI shall permit, the Client and/or persons appointed by the Client to inspect all accounts and records relating to the performance of the Contract, and to have such accounts and records audited by auditors appointed by the Client, if requested by the Client. Any act intended to materially impede the exercise of the Client’s inspection and audit rights provided for under this Clause 26.2 shall constitute a material breach of the Contract, which would give the Client the right to terminate the Contrac

It is recommended to delete this clause

RFP Conditions Prevail.

1666. 783 Contract-29.7.2

We request the clause be amended and stated as follows: “…if such change to Key Expert has or is likely to have any material

RFP Conditions Prevail.

Page 396: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

396

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

adverse impact on the provision of the Services required of MSI under this Contract or any substantial part thereof, undertake, at its own costs, suchremediationactsasarereasonablynecessaryin order to improve the retention of the Key Expert …”

1667. 784 Contract-30 30.1)If the Client finds that any of the Personnel has committed serious misconduct or has been charged withhavingcommittedacriminalaction,orif a court of lawdeterminesthatMSI’sPersonnelhaveengagedinany corrupt, fraudulent, coercive, collusive, undesirableor restrictive practices (as specified in Attachment 1 to theGCC)whileperformingtheWork,theMSI shall at the Client’s written request, provide a replacementfor suchPersonnel. 30.2)In the event that any of Personnel is found by the Client to be incompetent or incapable in discharging assigned duties, the Client, specifying the grounds therefore, may request the MSI to provide a replacement. The replacement of any Personnel shall possess similar qualifications and experienceand shall be approved by theClient.

RFP Conditions Prevail.

1668. 784 Contract 31 (c) Alllatestoperations&technicalmanuals,configuration files, software, licenses, as-built drawings etc. shall be

Query: Any transfer and exit management procedures for any applicable software will be on the terms and conditions provided for

RFP Conditions Prevail. MSI shall ensure similar terms and conditions with COTS product owner or may procure the license

Page 397: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

397

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

handedovertoClientatleast3monthsbeforecontract completion.

by the relevant COTS product owner.

in the name of Client.

1669. 784 Contract 31 (d)

We request the clause be amended and restated as follows: “Clientshallreleasethe performance securitytotheMSI within a period of three (3) months from the date of expiry or termination of this Contract.”

RFP Conditions Prevail.

1670. 785 Contract 33.1 (i)

Assist the MSI with obtaining any applicable permits, including work permits and such other documents as shall be necessary to enable the MSI to perform the Services required of MSI under thisContract

The responsibility to obtain any kind of work permits applicable to the client as part of the delivery should be responsibility of the client. Therefore request deletion.

RFP Conditions Prevail.

1671. 785 32 .Under Termination upon MSI’s Default / Client’s Convenience (as per GCC Clauses 18 (a) and 18 (c))

(e) Client shall release the requisite payments to the MSI pursuant to the GCC/SCC Clause 18 to the MSI only after satisfactory Exit Management is achieved as part of the project and MSI is obligated to perform all required additional functions to facilitate the same for a smooth transfer of the duties.

Seeking deletion of this subclause e.

RFP Conditions Prevail.

1672. 786 6 The Client shall be responsible for timely provision of all resources, access, and information necessary for the Installation and Operational Acceptance of the System (including, but not limited to, any required telecommunications or electric power services), as identified in the Agreed and

The word appropriate extension shall be changed into equal extension. Means amount of extension provided should be equal to delay in permissions. Request to specifity that any delay in receiving permissions from customer end or govt. authorities like NHAI, Electricity, railways, forest, municipality permissions and any

RFP Conditions Prevail.

Page 398: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

398

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Finalized Project Plan, except where provision of such items is explicitly identified in the Contract as being the responsibility of the MSI. Delay by the Client may result in an appropriate extension of the Time for Operational Acceptance, at the MSI’s discretion.

other shall result in extension of timeline.

1673. 787 Contract-35.1 We request the clause be amended and stated as follows: “Unless otherwise specified in the Contract or agreed uponbytheClientandthe MSI theClient as per mutually agreed specificationsshallprovide sufficient, properly qualified operating and technical personnel, as required by …”

RFP Conditions Prevail.

1674. 788 Clause no 37.2 taxes and Duties

All payments made by the Client to the MSI shall be subject to deductions and withholding of applicable Taxes in accordance with Applicable Laws.

Kindly confirm whether BSCL would deduct Labour cess (BOCW) for the same. Also confirm that WTC and TDS will be dedcted or not.

Yes. BSCL shall deduct all necessary taxes as may be required including but not limited to labour Cess, WCT, TDS etc. The Bidders are required to take due care and estimation of applicable taxes and mandatory deduction in preparing their proposal

1675. 788 Clause no 37.3 Taxes and Duties

If any tax exemptions, reductions, allowances, or privileges may be available to the MSI in the Client’s Country, the Client shall use its best efforts to enable the MSI to benefit from any such tax savings to the maximum allowable extent.

Kindly confirm whether BSCL can enter into High seas sale agreement for Imported material by splitting up of PO for supply and services

BSCL shall not enter into any agreement for importing of material or equipment. All such responsibilities shall rest with MSI

Page 399: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

399

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

1676. 788 6 34.1 MSI to establish own office and maintain it throughout the contract period in Bhubaneswar which shall be used to deliver this project. Client may visit MSI office periodically to check the existence.

Request customer to provide the sitting space during contract period. If not during execution atleast space should be provided during operations in CCC

RFP Conditions Prevail.

1677. 788 Contract-39 (c(iii))

We request the clause be amended and stated as follows: “The security shall automatically become nullandvoidoncealltheobligationsoftheMSIunderthe Contract have been fulfilled, including, The securityshallbereturnedtotheMSInolaterthan twenty-eight (28) days after itsexpiration”

RFP Conditions Prevail.

1678. 789 Section -6 40.3

Payments shall be made promptly by the Client, but in no case later than forty five (45) days after submission of a valid invoice by the MSI

Payments shall be made promptly by the Client, but in no case later than foTwenty One (21) days after submission of a valid invoice by the MSI

RFP Conditions Prevail.

1679. 789 Contract-40.4 We request deletion of this clause. RFP Conditions Prevail.

1680. 790 Sect 6 II. General Conditions of Contract 40.3

Payments shall be made promptly by the Client, but in no case later than forty five (45) days after submission of a valid invoice by the MSI.

It is recommended to pay the invoices raised by SI within 30 days of receipt of invoices, failing which interest @ 2% per month shall be charged.

RFP Conditions Prevail.

1681. 790 Contract-42 What is the definition of Standard Software and Standard Materials, Custom Software? We require a contractual definition to understand the impact. Any COTS provided for will be on the standard terms of the COTS provider. We cannot sign into any other terms.

The RFP conditions are self-explanatory.

Page 400: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

400

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

1682. 790 40 3 Payment Term

Payments shall be made promptly by the Client, but in no case later than forty five (45) days after submission of a valid invoice by the MSI.

Payments shall be made promptly by the BSCL, but in no case later than Thirty (30) days from the date of Invoice.

RFP Conditions Prevail.

1683. 790 Mode of Billing and Payment

Notwithstanding anything to the contrary in the Contract, the Client may withhold from any payment due to the MSI any amounts that the Client deems reasonably necessary or appropriate because of any one or more of the following reasons: (i) Any penalties applicable on the MSI as per SLA; (ii) Failure by the MSI to provide certificates of insurance; (iii) Any overpayments made by the Client in a previous payment; (iv) Any payment required to be withheld under any Applicable Law; (v) The invoice is not accompanied by all necessary supporting documents; (vi) A dispute exists as to the accuracy or completeness of any invoice; or (vii) Any amounts due to the Client from the MSI under the Contract. 40.5 All payments under this Contract shall be made by wire transfer to the accounts of the MSI specified in the SCC.

Wire Transfer Charges to be borne by BSCL; 5. Request Withholding to be a maximum of 20% of invoice amount to an aggregate cap of 1 month charges.

RFP Conditions Prevail.

1684. 791 II - General Conditions of

IP All intellectual property rights in the software, all tools, processes,

RFP Conditions Prevail.

Page 401: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

401

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Contract - Attachment 1 - 42

software, utilities and methodology including any Bidder proprietary products or components thereof any development carried out by Bidder thereto in the course of providing services hereunder, including customisation, enhancement, interface development etc. shall remain the exclusive property of Bidder and the BUYER shall not acquire any right title or interest of any nature therein except to the extent provided herein. Bidder shall however grant in favour of the BUYER the right and non exclusive, non transferable, perpetual and irrevocable license to use the software for the purposes agreed hereunder. Similarly all the Intellectual Property Rights (IPR) in the third party software used in providing services including those forming part of or incorporated into the deliverables shall remain with the respective third party owners/ Bidder’s licensor and BUYER shall have user rights in accordance with end user license agreement (EULA) as applicable to use of such software.

1685. 791 Section 6, Clause 43

Software License Agreements Request you to add in this clause: MSI hereby grants to Client a non-exclusive, non-sub licensable and perpetual license and right to use the deliverables, formats, material and the documentation solely for the Client’s own internal business

RFP Conditions Prevail.

Page 402: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

402

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

operations as set forth under the this Agreement. MSI’s software license under this Agreement does not include the right to (a) sell, lease, exchange, mortgage, pledge, license, sub-license, assign or in any other way convey, transfer or alienate MSI property in favour of any person (either for commercial consideration or not (including by way of transmission) and/or (b) reverse compile or in any other way arrive at or attempt to arrive at the source code of the MSI property. All the software licenses and warranties pertaining to any software and/or hardware supplied under this agreement shall be as per MSI’s license terms and conditions and/or End User License Agreement.

1686. 791 Contract-42.5 The Parties shall enter into such (if any) escrow arrangementsinrelationtotheSourceCodetosomeor all of the Software as are specified in the SCC and in accordance with theSCC.

We request deletion. RFP Conditions Prevail.

1687. 791 Contract-48.1.1

We request amendment and restatement as follows: “The MSI shall execute the detailed design and the implementation activities necessary for successful installation of the System in compliance with the provisions of the mutually agreed requirements of the Contract or, where not so

RFP Conditions Prevail.

Page 403: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

403

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

specified in accordance with good industry practice;”

1688. 792 43. Software License Agreements-43.1

All software licenses and applications specific to this Project shall be provided with perpetual, royalty free licenses.

nder this clause can the solution be proposed in the cloud with a mix of On premise

Shall be decided in consultation with successful bidder

1689. 797 Section 47, 47.1, 47.2 I. SUPPLY, INSTALLATION, TESTING, COMMISSIONING, AND ACCEPTANCE OF THE SYSTEM

Appendix 1 (List of Approved Subcontractors) to the Contract Agreement specifies critical items of supply or services and a list of Subcontractors for each item that are considered acceptable by the Client. The MSI may, at its discretion, select and employ Subcontractors for such critical items from those Subcontractors listed pursuant to GCC Clause 47.1. If the MSI wishes to employ a Subcontractor not so listed, or subcontract an item not so listed, it must seek the Client’s prior approval under GCC Clause 47.3.

Please allow SI to propose their own set of sub-contractors basis successful experience or else please provide the acceptance criteria for sub-contractors basis which SI can select the sub-contractors, otherwise arriving at a plausible solution may not be possible.

The bidders are required to propose sub-contractors in Appendix III of Section 2 of RFP. Kindly refer RFP Section 1: A Definitions (ff), Pg. 9 for details on acceptance criteria.

1690. 797 Section 47, 47.5 I. SUPPLY, INSTALLATION, TESTING, COMMISSIONING, AND ACCEPTANCE OF THE SYSTEM

" The MSI shall sub-contract/outsource work/services of at least 5% of the value of Opex cost to a local firm registered in the state of Odisha."

Please define clearly what will constitute OpEX.

Refer to Corrigendum.

1691. 798 Section 47, local firm registered in the state Please specify what is meant by Refer to Corrigendum.

Page 404: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

404

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

47.5 I. SUPPLY, INSTALLATION, TESTING, COMMISSIONING, AND ACCEPTANCE OF THE SYSTEM

of Odisha Local Firm in Odisha. Whether it is service tax registration or VAT registration only?

1692. 798 Section 47, 47.4 I. SUPPLY, INSTALLATION, TESTING, COMMISSIONING, AND ACCEPTANCE OF THE SYSTEM

The provisions as mentioned in GCC Clauses 47.2 & 47.3, does not apply on the sub-contractors whose qualifications are used by MSI to get qualified The MSI will not be allowed to change any such sub-contractor during any stage of the Contract.

What if the sub-contractor closes down his shop within the defined period of contract.

Refer to Corrigendum.

1693. 798 Contract-48.2 WhereverreferencesaremadeintheContracttocodes and standards in accordance with which the Contract shall be executed, the edition or the revised version of such codes and standards current at the date twenty- eight (28) days prior to date of bid submission shall apply unless otherwise specified in the SCC. During Contract execution, any changes in such codes and and shall be treated in accordance with GCC Clause 14.6.

Bidder, as per the requirement of the RFP is agreeing to various codes and standards. If there is a change in the codes and standards, and if there is substantial impact on the commercials due to the same, Bidder should be allowed to place the same through the change control procedure.

RFP Conditions Prevail.

1694. 799 Contract-48.3.5

“…betweenthePartieswithinareasonableperiod,then,in case the Contract Agreement includes and names an Adjudicator, such

Query: What is the definition of such Adjudicator? We would like to see a detailed process of appointing an adjudicator.

The RFP conditions are self-explanatory.

Page 405: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

405

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

dispute may be referred to the Adjudicator for determination in accordance with GCC Clause 20…”

1695. 802 Contract-49.6 Query: Can we insert the following clause with respect to title and risk of loss? “Bidder transfers title to a Machine to the Client or, if applicable, Clients’s lessor, upon payment of all the amounts due. For each Machine, the Bidder bears the risk of loss or damage up to the time it is delivered to the Bidder-designated carrier for shipment to the Client or to the Clients’s designated location. Thereafter, the Client assumes the risk. Each Machine will be covered by insurance, arranged and paid for by the Bidder for the Client, covering the period until it is delivered to the Client or the Client’s designated location. For any loss or damage, the Client must i) report the loss or damage in writing to the bidder within 10 business days of delivery and ii) follow the applicable claim procedure.”

RFP Conditions Prevail.

1696. 802 Contract-50 Query: We request deletion of this clause. Any COTS provided for will be on the standard terms of the COTS provider. This will be applicable for the upgrades too. We cannot sign into any other terms.

RFP Conditions Prevail.

1697. 803 6 49.6 The MSI will bear Request customer to share the end Agreed.

Page 406: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

406

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

responsibility for, and cost of, customs clearance into the Client's country in accordance the particular Incoterm(s) used for Goods supplied from outside the Client’s country in the Price Schedules.

user certificate for easy custom clearance

1698. 803 Contract-51 We request this clause be amended and restated as follows: 51.1)The MSI shall provide all Services specified in the Contract and Agreed and Finalized Project Plan in accordance with the industry standards of professional competence and integrity. 51.2)Prices charged by the MSI for Services, if not included intheContract,shallbeagreeduponinadvancebythe parties (including, but not restricted to, any prices submitted by the MSI in the Recurrent Cost Schedules of its Bid)

RFP Conditions Prevail.

1699. 804 51. Implementation, Installation, and Other Services

Prices charged by the MSI for Services, if not included in the Contract, shall be agreed upon in advance by the parties (including, but not restricted to, any prices submitted by the MSI in the Recurrent Cost Schedules of its Bid) and shall not exceed the prevailing rates charged by the MSI to other Clients in the Client’s Country for similar services.

Prices charged by the MSI for Services, if not included in the Contract, shall be agreed upon in advance by the parties (including, but not restricted to, any prices submitted by the MSI in the Recurrent Cost Schedules of its Bid) and shall not exceed the prevailing rates charged by the MSI to other Clients in the Client’s Country for similar services

RFP Conditions Prevail.

1700. 805 6 53.2 The Project Manager shall, within fourteen (14) days after

Request to reduce the 14 days to 7 days to give enough time to make

RFP Conditions Prevail.

Page 407: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

407

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

receipt of the MSI’s notice under GCC Clause 53.1, either issue an Installation Certificate in the form specified in the Sample Forms Section in the Bidding Documents, stating that the System, or major component or Subsystem (if Acceptance by major component or Subsystem is specified pursuant to the

changes if any based on PM's suggestion

1701. 806 II - General Conditions of Contract - Attachment 1 - 54

Acceptance BUYER will carry out acceptance of deliverables (for the deliverables which are subject to acceptance procedure) as per the schedule presented in the accompanying Technical Proposal. The application software (if any) will be delivered/installed for acceptance to BUYER as and when the same is ready for delivery. The actual Acceptance Testing of the software will be the responsibility of BUYER. BUYER will prepare the Acceptance Test data along with the expected test results (consistent with the detailed specifications of the system and any change-request agreed in the documents) and keep it ready at least four (4) weeks in advance before the scheduled commencement of the Acceptance Testing of the software. The acceptance testing will be based on the test cases provided by BUYER. Bidder will provide support for any clarifications during the Acceptance Testing of the system. Defects if

RFP Conditions Prevail.

Page 408: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

408

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

any, observed by BUYER, will be notified to Bidder in writing not later than two (2) weeks of delivery. Bidder will correct the defects that are a deviation from the baseline immediately following the acceptance, whichever is later. BUYER will confirm acceptance in writing to Bidder. The BUYER shall not withhold or delay the issuance of acceptance certificate of any of the deliverables, if the deliverables substantially meet the specifications or on account of any minor defects which have no material effect on the functionality of the deliverables. Notwithstanding the foregoing sentence, a deliverable shall be treated as accepted by BUYER if the BUYER (a) fails to provide the list of non conformities within two (2) weeks of delivery, (b) fails to notify the acceptance of the deliverables in terms of this clause within the period of two (2) weeks from delivery, or (c) starts using the deliverable in a live production environment (other than as part of agreed review and acceptance testing procedure, such as UAT). Reworking of defects shall be at the cost of Bidder provided the defects are for reasons solely and entirely attributable to the Bidder, in all other cases it shall be to the account of the BUYER. Items reported as defects that are not deviations from the immediate

Page 409: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

409

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

previous accepted baseline will be reported again through fresh Change Request documents under the Change Management Procedure described herein. Items reported through the Change Management Procedure will be dealt with separately.

1702. 809 Section 6, Clause 55

Operational Acceptance Time Gurantee

Request you to add into this clause : MSI shall not be liable for any delays or increased costs caused by delays not attributable to MSI If there is any such delay then MSI reserves it right to increase prices to reflect increased costs, delay, and any other costs suffered by MSI. For the avoidance of doubt, Liquidated Damages shall not be applicable during this period. MSI also reserves it right to terminate the Agreement if the delay results in MSI’s inability to carry out the Work as per the schedule agreed between the Parties.

RFP Conditions Prevail.

1703. 809 Contract-55.1 We request the amendement of the clause as follows: “The MSI agree’sthat it shall complete the supply, Installation, Integration, Commissioning, and achieve OperationalAcceptanceoftheSystem(orSubsystems, pursuant to the SCC for GCC Clause 54.2.1) within the time periods specified in the Implementation Schedule in the Section 5 – Technical

RFP Conditions Prevail.

Page 410: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

410

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Requirements and/or the Agreed and Finalized Project Plan pursuant to GCC Clause 27.2, or within such extended time to which the MSI shall be entitled under GCC Clause 56 (Extension of Time for Achieving OperationalAcceptance).”

1704. 810 Contract-55.3 “55.3)Unless otherwise specified in the SCC, liquidated damages payable under GCC Clause 55.2 shall apply onlytothe failure toachieveOperationalAcceptanceof the System (and Subsystems) as specified in the Implementation Schedule in the Section 5 – Technical Requirements and/or Agreed and Finalized Project Plan. ” Query: We request deletion of this language. Any penalty shall be levied only for reasons solely attributable to the MSI. Penalty shall constitute the Client’s sole and exclusive remedy against the MSI for such defect/delay.

RFP Conditions Prevail.

1705. 810 Contract-55.4 We request the clause be amended and stated as follows: 55.3)If liquidated damages are claimed by the Client for the System (or Subsystem), the MSI shall have no further liability whatsoever to the Client in respect to the Operational Acceptance time guarantee for theSystem (or Subsystem). ]

RFP Conditions Prevail.

1706. 811 GCC 57.4 The Defect Liability (Warranty) Period shall commence from the date of Operational Acceptance

DLP should be removed from contract period as MSI is owning this contract and project for next 7

RFP Conditions Prevail.

Page 411: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

411

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

of the System (or of any major component or Subsystem for which separate Operational Acceptance is provided for in the Contract) and shall extend for the length of time specified in the SCC.

years, hence O&M should be applicable from the date of operation acceptance of the system.

1707. 811 Contract-57 Defect Liability Query: Bidder can agree to take up onus and liability with respect to the solution given to the extent of rectifying any defects found during the warranty period. We are also building relevant indemnities to this effect. Therefore we request removal of an obligation to warrant. Further, any equipment delivery will be on its standard end user equipment terms.

RFP Conditions Prevail.

1708. 813 6 57.6 The MSI shall not be responsible for the repair, replacement, or making good of any defect or of any damage to the System arising out of or resulting from any of the following causes:

Please add MSI is also not reponsible for any accidental damage, theft to field equipments, damage due to any civil work carried out any private or govt. entity. And any cost arising due to that shall be borne by customer during operations

RFP Conditions Prevail.

1709. 814 Contract-58 58.1)The MSI guarantees that, once the Operational Acceptance Certificate(s) has been issued, the System represents a complete, integrated solution to the Client’s requirements set forth in the Section 5 – Technical Requirements read along with the proposal submitted by MSA and it conforms to all other aspects of the Contract. The MSI acknowledges

Query not clear.

Page 412: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

412

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

that GCC Clause 54 regarding Commissioning and Operational Acceptance governs how technical conformance of the System to the Contract requirements will bedetermined. 58.2)If, for reasons attributable to the MSI, the System does not conform to the Section 5 –Technical Requirements read along with the proposal submitted by the MSI ordoesnotconformtoallotheraspectsoftheContract, the MSI shall at its cost and expense make such changes, modifications, and/or additions to the System as may be necessary to conform to the Section 5 – Technical Requirements and meet all functional and performance standards. The MSI shall notify the Client upon completion of the necessary changes, modifications, and/or additions and shall request the Client to repeat the Operational Acceptance Tests until the System achieves OperationalAcceptance. 58.3)

1710. 814 Contract-59 We request deletion of this clause. RFP Conditions Prevail.

1711. 814 57. Defect Liability

57.10 If the MSI fails to commence the work necessary to remedy such defect or any damage to the System caused by such defect within the time period specified in the SCC, the Client may, following notice to the MSI, proceed to do such work or contract a third party (or

57.10 If the MSI fails to commence the work necessary to remedy such defect or any damage to the System caused by such defect within the time period specified in the SCC, the Client may, following notice to the MSI, proceed to do such work or contract a third party (or parties) to do such work, and the

Query not clear.

Page 413: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

413

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

parties) to do such work, and the reasonable costs incurred by the Client in connection with such work shall be paid to the Client by the MSI or may be deducted by the Client from any monies due the MSI or claimed under the Performance Security. 57.11 If the System or Subsystem cannot be used by reason of such defect and/or making good of such defect, the Warranty Period for the System shall be extended by a period equal to the period during which the System or Subsystem could not be used by the Client because of such defect and/or making good of such defect.

reasonable costs incurred by the Client in connection with such work shall be paid to the Client by the MSI or may be deducted by the Client from any monies due the MSI or claimed under the Performance Security. 57.11 If the System or Subsystem cannot be used by reason of such defect and/or making good of such defect, the Warranty Period for the System shall be extended by a period equal to the period during which the System or Subsystem could not be used by the Client because of such defect and/or making good of such defect.

1712. 815 Contract-60 We request the replacement of this clause with the following one: “If a third party claims that an unaltered Bidder manufactured product provided to Customer infringes that party's patent or copyright, Bidder will defend Customer against that claim at Bidder’s expense and pay all costs, damages and attorney's fees that a court finally awards. Customer shall provide Bidder with prompt notice of such claim and allow Bidder to control the defense of such claim.”

RFP Conditions Prevail.

1713. 815 58. Functional Guarantees

58.3 If the System (or Subsystem[s]) fails to achieve Operational Acceptance, the Client may consider termination

Seeking deletion of this Clause Refer to Corrigendum.

Page 414: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

414

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

of the Contract, pursuant to GCC Clause 18 a, and forfeiture of the MSI’s Performance Security in accordance with GCC Clause 39 (c) in compensation for the extra costs and delays likely to result from this failure.

1714. 817 Contract-63.1 The Client shall become responsible for the care and custody of the System or Subsystems upon their Delivery.TheClientshallmakegoodatitsowncostany loss or damage that may occur to the System or Subsystems from any cause from the date of Delivery until the date of Operational Acceptance of the System or Subsystems, pursuant to GCC Clause 54 (Commissioning and Operational Acceptance), excepting such loss or damage arising from acts or omissionsoftheMSI,itsemployees,orsubcontractors.

Query: Can we replace this clause with the following language: “Bidder transfers title to a Machine to the Client or, if applicable, Clients’s lessor, upon payment of all the amounts due. For each Machine, the Bidder bears the risk of loss or damage up to the time it is delivered to the Bidder-designated carrier for shipment to the Client or to the Clients’s designated location. Thereafter, the Client assumes the risk. Each Machine will be covered by insurance, arranged and paid for by the Bidder for the Client, covering the period until it is delivered to the Client or the Client’s designated location. For any loss or damage, the Client must i) report the loss or damage in writing to the bidder within 10 business days of delivery and ii) follow the applicable claim procedure.”

RFP Conditions Prevail.

1715. 819 Sect 6 II. General Conditions of Contract 62

Transfer of Ownership It is recommended that ownership of H/W, S/W and equipment shall be transferred to customer upon delivery.

RFP Conditions Prevail.

1716. 819 Contract-63.3 Till the end of the Contract, the storage, safety and

We request deletion. RFP Conditions Prevail.

Page 415: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

415

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

securityoftheequipmentandtheentiresystemshallbetheresponsibilityoftheMSI.Alltheequipmentsupplied by the MSI under the Contract shall be insured for sufficient value till the end of the AMC period. All associated costs shall be borne by theMSI

1717. 819 Contract-64.1 TheMSIandeachandeverySubcontractorshallabide by the job safety, insurance, customs, and immigration measures prevalent and laws in force in the Client’s Country.

Query: What are those standards that you would require us to adhere to?

The RFP conditions are self-explanatory

1718. 819 Contract-64.2, 64.3, 64.5

We request deletion. RFP Conditions Prevail.

1719. 820 6 63.3 Till the end of the Contract, the storage, safety and security of the equipment and the entire system shall be the responsibility of the MSI. All the equipment supplied by the MSI under the Contract shall be insured for sufficient value till the end of the AMC period. All associated costs shall be borne by the MSI.

Please add MSI is also not reponsible for any accidental damage, theft to field equipments, damage due to any civil work carried out any private or govt. entity. And any cost arising due to that shall be borne by customer during operations

RFP Conditions Prevail.

1720. 821 Section 6, Clause 65

Force Majeure Request you to add into this clause : For the avoidance of doubt, the SI is not liable for loss or damage caused by vandalism, a force majeure event such as fire, flood, acts of God or terrorism or other events outside of its reasonable control and Contractor is not responsible for any loss or liability

RFP Conditions Prevail.

Page 416: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

416

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

caused by a third party (not engaged by the SI) including a failure of any third party communication system which the SI is reliant upon.

1721. 822 II - General Conditions of Contract - Attachment 1 - 65

Force Majeure Bidder shall be entitled to receive payments for all services rendered by it under this Assignment.

RFP Conditions Prevail.

1722. 823 Contract-69.1, 69.2

We request amendement and restatement of the following clause: “Except as expressly permitted in the Contract, the MSI shallnotbeentitledtodivest,transfer,assignornovateallorsubstantiallyallofitsrights,interests,benefitsand obligations under the Contract, without the prior written consent of theClient except for MSI’s right to assign receivables.” We request deletion of clause 69.2

RFP Conditions Prevail.

1723. 825 Contract-74.2 (iv-x)

We request the clause be amended and restated as follows: (iv) It has in full force and effect the authorisationsnecessaryforittoenterintothisContractandthetransactions underit; (v) ItisnotinbreachofanyApplicableLawinawaywhich may result in a material adverse effect on its business or financialcondition; (vi) There is no pending or threatened proceeding affecting the MSI that could

RFP Conditions Prevail.

Page 417: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

417

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

haveamaterialadverseeffectonthebusinessorfinancial condition of the MSI; (vii) It has not been subject to any fines, penalties, injunctive relief or any other civil or criminal liabilities which in the aggregate have or may have a material adverse effect on its ability to perform its obligations under theContract; (viii) It has the necessary skill and experience to perform the Services in accordance with this Contract;

1724. 827 Attachment-1 We request deletion of this requirement. IBM follow’s the IBM Business Conduct Guidelines (https://www.ibm.com/investor/governance/business-conduct-guidelines.html) to keep our adherence to industry and legal requirements. Our Business Conduct Guidelines or BCG is robust, and was developed over a period of 100 years. We, through the "IBM BCG" complies to standards that are generally followed globally and this includes regular audit to find any gaps or non-compliances, if any. Can we remove this requirement and keep our adherence to the IBM BCG?

RFP Conditions Prevail.

1725. 785,786

Contract 33.2, 33.3

33.2)If requested by the MSI, the Client shall use its best endeavours to assist the MSI in obtaining in a timely and expeditious manner all permits, approvals, and/or licenses

We request deletion of this clause. RFP Conditions Prevail.

Page 418: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

418

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

necessary for the execution of the Contract from all local, state, or national government authorities or public service undertakings that such authorities or undertakings require the MSI or Subcontractors or the personnel of the MSI or Subcontractors, as the case may be, to obtain. 33.3)In such cases where the responsibilities of specifying and acquiring or upgrading telecommunications and/or electric power services falls to the MSI, as specified in the Section 5 – Technical Requirements, SCC, Agreed and Finalized Project Plan, or other parts of the Contract, the Client shall use its best endeavours to assist the MSI in obtaining such services in a timely and expeditious manner.

1726. 797, 65

Section 47, 47.1 I. SUPPLY, INSTALLATION, TESTING, COMMISSIONING, AND ACCEPTANCE OF THE SYSTEM

Appendix 1 (List of Approved Subcontractors) to the Contract Agreement specifies critical items of supply or services and a list of Subcontractors for each item that are considered acceptable by the Client.

Please provide Appendix 1 (List of Approved Subcontractors). Also, the Appendix list mentioned as per "Section 2. Qualification Documents and Technical Proposal – Standard Forms" is not at all matching throughout entire document. Kindly revert with corrections / clarifications.

Appendix 13 to RFP provides for bidders to propose subcontractors.

1727. 762 788

15. Change in Law

15.1 Change in Law does not include: (i) any change in the (Indian) Income Tax Act, 1961

The 2 clauses are contractadicting so it is requested to kindly ammend the Clause 15 as:

RFP Conditions Prevail.

Page 419: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

419

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

37. Taxes and Duties

with regard to the taxes on the income of the MSI; (ii) any statute that has been published in draft form or as a bill that has been placed before the legislature or that has been passed by the relevant legislature as a bill but has not come into effect prior to the date of the Contract and which is a matter of public knowledge; or (iii) a draft statutory instrument or delegated legislation that has been published prior to the date of the Contract, which is under the active consideration or contemplation of the GoI or GoO and which is a matter of public knowledge 37.4 For the purpose of the Contract, it is agreed that the Contract Price as specified in Contract Agreement is inclusive of all taxes, duties, levies, and charges prevailing at the date twenty-eight (28) days prior to the date of bid submission in the Client’s Country. If any Tax rates are increased or decreased, a new Tax is introduced, an existing Tax is abolished, or any change in interpretation or application of any Tax occurs in the course of the performance of the Contract, which was or will be assessed on the MSI, its Subcontractors, or their

15.1 Change in Law does not include: (i) Any statute that has been published in draft form or as a bill that has been placed before the legislature or that has been passed by the relevant legislature as a bill but has not come into effect prior to the date of the Contract and which is a matter of public knowledge; or (ii) a draft statutory instrument or delegated legislation that has been published prior to the date of the Contract, which is under the active consideration or contemplation of the GoI or GoO and which is a matter of public knowledge

Page 420: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

420

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

employees in connection with performance of the Contract, an equitable adjustment to the Contract Price shall be made to fully take into account any such change by addition to or reduction from the Contract Price, as the case may be.

1728. 768 & 769

18.7 Termination

If the termination takes place after Operational acceptance, the cost of completing the remaining Scope of Work by the Client as per the Contract shall be determined. If the pro-rata sum that the MSI is entitled to be paid forthe maintenance period, pursuant to GCC Clause 18.1.6 (b), plus the reasonable costs incurred by the Client in the completing the Scope of Work, exceeds the total pro-rata Recurrent Cost of the Contract due, the MSI shall be liable to reimburse such excess money to the Client. If such excess is greater than the sums due to the MSI for the maintenance period under GCC Clause 18.1.6 (b), the MSI shall pay the balance to the Client, and if such excess is less than the sums due to the MSI for the maintenance period under GCC Clause 18.1.6 (b), the Client shall pay the balance to the MSI. The Client and the MSI shall agree in writing, on the computation described above

It is requested to kindly delete this clause

RFP Conditions Prevail.

Page 421: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

421

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

and the manner in which any sums shall be paid+D64

1729. 774 / 781

II - General Conditions of Contract - Attachment 1 - 19 / 24.1

Indemnity & Limitation of Liability The BUYER will, during the period of the coverage of this assignment, indemnify and hold Bidder harmless from any loss, injury, claim or damage resulting from any death or injury to any person or property of Bidder arising out of the use or possession of the equipment or location of the BUYER by Bidder or its personnel, unless caused by the negligence of Bidder personnel and the limitation or liability provided herein shall not apply to such loss, injury, claim or damages. The BUYER warrants that all software, information, data, materials and other assistance provided by it under this proposal shall not infringe any intellectual property rights of third parties, and agrees that it shall at all times indemnify and hold Bidder harmless from any loss, claim, damages, costs, expenses, including Attorney’s fees, which may be incurred as a result of any action or claim that may be made or initiated against it by any third parties alleging infringement of their rights. Neither party shall be liable to the other for any special, indirect, incidental, consequential (including loss of profit or revenue), exemplary or punitive damages whether in contract, tort or other theories of

RFP Conditions Prevail.

Page 422: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

422

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

law, even if such party has been advised of the possibility of such damages. The total cumulative liability of either party arising from or relating to this Agreement shall not exceed the total amount paid to Bidder by the BUYER in the preceding twelve months under that applicable work that gives rise to such liability (as of the date the liability arose);

1730. 780 and 817

Section 6, Clause 24 and 61

Liability of the MSI Our understanding is that the liability of the MSI is capped to 100% of the contract value. Kindly confirm the same.

The RFP conditions are self-explanatory

1731. 781 & 818

Sect 6 II. General Conditions of Contract 24 & Sect 6 II. General Conditions of Contract 61.1

Liability of the MSI & Limitation of Liability

Liability of SI should not exceed 10% of contract value under this clause. Request to kindly change the clause.

RFP Conditions Prevail.

1732. 788 / 789 / 790

II - General Conditions of Contract - Attachment 1 - 36 / 37 /40

Prices and Taxes 1. Bidder would like to submit that all fees payable to Bidder are exclusive of any sales, use, value added tax, service taxes or taxes of a similar nature measured by the services, deliverables or charges thereon, imposed by any applicable taxing jurisdiction and where such taxes are applicable, Buyer shall be responsible to pay or reimburse Bidder the amount of such taxes. Where applicable, Bidder shall invoice such taxes as a separate

RFP Conditions Prevail.

Page 423: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

423

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

line item in applicable invoices and shall pay such amount of tax to the appropriate taxing authority upon receipt of such amount from Buyer. Each party is responsible for its own income taxes, corporate taxes and franchise taxes. Bidder shall be reimbursed for payment of any statutory duty/tax/levy including interest and/or new taxes or an increase in the rates of existing taxes or any other sum, if any payable in respect of any sales tax and/or any other state or central levy. This will apply retrospectively, if so applicable upon Bidder. 2. All payments are to be made by demand draft/cheque favouring TATA CONSULTANCY SERVICES LIMITED. All payments due for more than thirty (30) days will attract an interest at the rate of 2 percent per month on the invoice amount calculated from the date the payment became due until the recovery is made in full with interest. Without prejudice to the other rights available, Bidder also reserves the right to withhold the provision of services till such time all the payments due to it under this Agreement have been made by Buyer and any such withholding by the Bidder shall not be treated as breach by it of the provisions of this Agreement. Also Bidder would like to submit that Buyer should not withhold any amount if the delay or

Page 424: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

424

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

default is not attributable to the Bidder.

1733. 798 Section 47, 47.5 I. SUPPLY, INSTALLATION, TESTING, COMMISSIONING, AND ACCEPTANCE OF THE SYSTEM

Local firm registered in the state of Odisha

Please clarify what are the documents required to produce to be qualified as local company under this tender.

Refer to Corrigendum.

1734. General Open Standards for Document Management System

As the documents stored in the Document Management System would be accessed through the Portal, in order to get a simplified and standardised way to access the documents, we recommend to have an Industry standard and best of the breed solution complying to industry level open standards for Document Management System like CMIS (Content Management Interoperability Standard) and WebDAV. Please confirm.

Bidders may propose it as a part of their solution

1735. General Municipal Secretary Module As per our experience of working with the Municipal Corporations, Municipal Secretary module is of the key administrative activity in the municipal departments. Therefore, we recommend that the department should have a Municipal Secretary module based on BPM framework with the following features:

Kindly refer addendum

Page 425: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

425

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

• Ability to constitute the committee with its members and convener details or update an existing committee and • Ability to circulate Office Memorandum to the department officials through email. • Schedule/ reschedule meetings and sending invites to the members through email/sms. • Circulating Minutes of Meeting to the attendees and share the actionable assigned to various members. Please confirm.

1736. General Office Note Management As per our experience of working with the Government Organizations, Office note management is of the key administrative activity in the government departments. Therefore, we recommend that the department should have a Office Note Management module with the following features: • In-built Web based Text Editor with basic functionalities such as bold, alignment, font, color etc. • A draft folder to save Office Notes that are created through in-built text editor. • Ability to route the Office Note for approval. • Search and check the status of a Note in workflow • Facility to add the approved Office Note in a File.

Kindly refer addendum

Page 426: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

426

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Please confirm.

1737. General Electrical power Who will provide the Electricity both at the junctions / field locations and control rooms? Who will pay the electricity charges?

Query addressed before.

1738. General RO / ROW charges Will the RO / ROW charges need to be paid? If yes, please mention the rates?

RoW cost to be borne by the Client. However, all necessary coordination for getting RoW permits to be under the scope of Bidder. Refer to Addendum.

1739. General User count Kindly provide us the expected user count for each module and its' corresponding concurrencies to be supported.

Bidders to decide based on their design study

1740. General We expect that the existing applications mentioned in RFP will be integrated with the new applications and will continue to operate. Please confirm.

Yes, to the extent integration is viable

1741. General (Existing Legacy System)

Pl clarify 1. Whether there is any existing legacy application in use 2. If yes, the details of such application for Finance and Management accounting 3. Whether it is on a centralized of decentralized architecture

The RFP conditions are self-explanatory. Kindly refer 5.1644

1742. General (Geographical Scope)

Pl clarify: 1. The approximate no. of locations in which the Finance and Management Accounting application will be in use 2. The approximate user base for Finance and Management Application 3. The no. of concurrent users

Kindly refer addendum and Corrigendum.

Page 427: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

427

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

4. The approximate Y-o-Y growth of data

1743. General Pl provide Details of: 1. Approximate no of users for Finance application 2. The expected Y-o-Y projected growth of data 3. The approximate no. of concurrent users

Kindly refer addendum - 1 and Corrigendum - 1

1744. General GIS What is the Common GIS platform for usage by multiple applications for creating a common repository of GIS data?

Kindly Section 3.9.3 , Pg. 221 of the RFP for details

1745. General GIS What is the RDBMS being used for the current GIS?

Shall be part of design study to be conducted by the bidder

1746. General Single sign on Do you expect single sign on across all systems - eGovernace, SCADA systems along with other integrated system? As per our understanding, since the end users using the SCADA and Egovernance systems would differ, single sign on across SCADA and eGovernance system would not be necessary here.Please confirm

RFP Conditions Prevail.

1747. General Please confirm if Payment /SMS/ EMAIL gateway transaction fee would be borne by government or not

No. Refer to Addendum.

1748. General Is character recognition also required as a part of the proposed solution? Should the solution have direct scan and upload Capabilities as well?

RFP reference not found

1749. General Do you require native mobile Yes

Page 428: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

428

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

applications for all standard mobile platforms or hybrid application would suffice the requirements here?

1750. General General Considering the complexity of the project, request to consider additional queries, arises if any in due course of time.

No further queries beyond the last date as per RFP

1751. RFP Vol I, Section 1 - "Instruction to Bidders" ( Qualification of Bidder clause 5.5 "I")

The Bidder shall quote only one specific make and model from only one specific OEM, for each of the goods. Providing more than one option shall not be allowed. All goods quoted by the Bidder must be associated with item code and names and with printed literature describing configuration and functionality. Any deviation from the printed specifications should be clearly mentioned in the offer document by the Bidder.

We request you to please allow multiples make and models from multiple OEMs provided the end solution as per per the objective of this bid

RFP Conditions Prevail.

1752. General Kindly define the term "Project" The conditions mentioned in the RFP shall be applicable.

1753. General It is requested to add the follwoing clause: if the Bidder (Including Consortium Partner) has another company which is not taking part in this consortium but is a subsidiary of thebidder with the bidder having more than 75% stake, then the experience of subsidiary company can be considered as bidder experience. This is subject to bidder submitting undertaking from the concerned firm of transfer / sharing

Refer to Corrigendum.

Page 429: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

429

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

of the relevant experience to the lead bidder during project execution". We have a subsidiary in the similar line of business in which we have 94% shareholding. For all practical purposes there is no difference between 94% subsidary (More than 74%) or 100% subsdiary as turnover of 94% subsidiary is being consolidated into our parent company turnover which intends to bid for this project.

1754. General Bid Submission Date = 29th April 2017

We request the department to extend the bid submission date by further 2 week, so that all documentations and agreements can been successfully completed

Refer to Corrigendum.

1755. General Need location details for Smart Poles, ATCC, DMS, Solid waste and wifi

Kindly refer ITB Clause 6 for Bidder's responsibility to conduct site survey

1756. General Please clarify the population to be catered for wifi, Egov and ERP and how many concurrent users?

The RFP conditions are self-explanatory

1757. Additional Points

Additional Points . Kindly share the KMZ File / Or latitude and longitude of all 7 Pop (1 Primary Pop + 6 Secondary Pop ), Mini POPs , All CCTV, All Wifi, Kiosk , All Smart Pole locations as mentioned in RFP .

Kindly refer ITB Clause 6 for Bidder's responsibility to conduct site survey

1758. Generic Generic Please remove Smart Governance and Smart Connect from RFP scope

RFP Conditions Prevail.

1759. Additional Clause

We request insertion of the following clauses: 1. MSI will provide third party product warranties on a pass-

RFP Conditions Prevail.

Page 430: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

430

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

through basis to Client in accordance with the relevant third party terms and conditions. Further, there are no implied conditions or warranties, including warranties for merchantability and fitness for a particular purpose. 2. Notwithstanding anything stated to the contrary, the aggregate of all penalties and liquidated damages under this Contract shall not exceed 10% of the Total Contract Price. Any penalty shall be levied only for reasons solely attributable to the Vendor. Penalty shall constitute the company’s sole and exclusive remedy against the Vendor for such defect/delay.

1760. General How many users , what concurrency will access the system

Refer to Corrigendum.

1761. NA NA Not mentioned in RFP Capacity building for Citizens of Smart City Bhubaneshwar ; One area which needs to be considered is a comprehensive Capacity building for the citizens so that they can effectively use the Smart components of the smart city. It is even better of the capacity building can be linked to the technology provider who delivers and maintains the components. For example, in case of a e-governance services that touch the lives of the citizens daily, the MSI would be able to work with the technology provider to create a long term Content delivery

Forms a part of approach and methodology to be submitted by the bidders

Page 431: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

431

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

mechanism so that citizens can access them and learn the nuances of the smart city services.

1762. NA NA Not mentioned in RFP 5. Smart Project management : Smart city development makes it obvious to have a smart project management. Usage of Drones, GIS, Smart project management tools such as Primavera can help you to achieve a very visual way of managing various projects and their components

Forms a part of approach and methodology to be submitted by the bidders

1763. Billing Documents Requested to share list of documents required for Invoice

To be shared with successful bidder

1764. orders/orders with operations & maintenance phase, the completion may specify successful execution and in‐operation status of a part of the order meeting the requirement.

2. Completion Certificate issued & signed by the competent authority of the client entity on the entity’s Letterhead In case of large orders/orders with operations & maintenance phase, the completion may specify successful execution and in‐operation status of a part of the order meeting the requirement.

Query not clear.

1765. What data from the preemption and priority system is of interest to the customer?

Real Time Vehicle Location, Type of Vehicle, Emergency State and Other relevant data which may be required as per RFP conditions

1766. General Please confirm Is there any requirement to supply bandwidth under the scope of this tender ? If yes, it is recommended to exclude bandwidth from the scope as SI can't sell the same.

Yes

Page 432: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

432

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

1767. Approved Make list We request you to kindly share the approved make list of crit ical items

RFP Conditions Prevail.

1768. 719 7. Implementation Schedule (Activities, Milestones and Deliverables)

Implementation Schedule (Activities, Milestones and Deliverables)

Please indicate clear timelines for delivery of Infrastructure, installation and commissioning of infrastructure for each tracks.

Depends on the project implementation plan of successful bidder

1769. 720 7.1. Quick Wins

Activity 1 – Grievance Redressal System: The selected MSI shall within two months of signing the contract shall start the deployment of a COTS product for cross-agency Grievance Redressal system. The System shall satisfy the requirements set forth in this tender document.

Please clarify if this item is required in T+3 Months as specified in Implementation Schedule for quick wins. It is understood from RFP that Grievance Redressal system will be used by citizens to raise their concerns after the rollout of smart city applications. Also, please clarify the meaning of Cross Agency Grievance Redressal? Is it related to the agencies working on Smart City Implementation?

The RFP conditions are self-explanatory.

1770. 720 7.1. Quick Wins

The selected MSI shall within two months of signing the contract shall start the deployment of a COTS product for cross-agency Grievance Redressal system. The System shall satisfy the requirements set forth in this tender document.

Please allow COTS or pre-existing Framework based system.

RFP Conditions Prevail.

1771. 720 7.1. Quick Wins

Activity 2 – Smart Tracking System: The selected MSI shall within the first two months of deployment shall commission the smart tracking solution which at a minimum should track all the buses, solid waste vehicles and

Smart Tracking system in 2 Months is not possible. Suggest to increase the timeline to minimum 6 months.

The timeline for entire Smart Tracking Module is T + 12 months. Save and except as provided in the RFP, the scope and application development for quick wins on a smaller scale will be decided in consultation with the

Page 433: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

433

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Police vehicles. The system shall provide ETA information of buses on a mobile application.

successful bidder.

1772. 720 7.1. Quick Wins

· Activity 1 – Grievance Redressal System: The selected MSI shall within two months of signing the contract shall start the deployment of a COTS product for cross-agency Grievance Redressal system. The System shall satisfy the requirements set forth in this tender document. · Activity 2 – Smart Tracking System: The selected MSI shall within the first two months of deployment shall commission the smart tracking solution which at a minimum should track all the buses, solid waste vehicles and Police vehicles. The system shall provide ETA information of buses on a mobile application. · Activity 3: Design and launch of Citizen Connect Mobile App on the basis of www.smartcitybhubaneswar.gov.in with enhanced services as required.

Can this be deployed on cloud please?

Yes.

1773. 720 7.1. Quick Wins

Activity 2 – Smart Tracking System: The selected MSI shall within the first two months of deployment shall commission the smart tracking solution which at a minimum should track all the buses, solid waste vehicles and Police vehicles. The system shall

Please clarify if this item is required in T+3 Months as specified in Implementation Schedule for quick wins. It is understood from RFP that timeline for implementation of smart tracking system is T+12 months.

The timeline for entire Smart Tracking Module is T + 12 months. Save and except as provided in the RFP, the scope and application development for quick wins on a smaller scale will be decided in consultation with the successful bidder.

Page 434: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

434

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

provide ETA information of buses on a mobile application.

1774. 720 7.1. Quick Wins

Activity 3: Design and launch of Citizen Connect Mobile App on the basis of www.smartcitybhubaneswar.gov.in with enhanced services as required.

Please provide clarity on the 'enhanced services' specified and detailed functional requirement

Shall be decided in consultation with successful bidder

1775. 719 Section 7-Implementation Schedule (Activities, Milestones and Deliverables)

Operational Acceptance + Go-Live of Smart Governance and Smart Connect Testing, Commissioning and Integration Plans for Smart Governance and Smart Connect- T+18 Months

Query not clear.

1776. 7 S1 (A(i)) “Contract”meansthelegallybindingwrittenagreementto be executed between the Client and the successful Bidder. A draft of the Contract is set out in Section 6 and includes all the documents listed in Clause 1 of the draft Contract (i.e., the General Conditions of Contract(GCC), the Special Conditions of Contract (SCC), and the Appendices).

We request the following change in language: ““Contract”meansthelegallybindingwrittenagreement, mutually agreed between the parties,to be executed between the Client and the successful Bidder. A draft of the Contract is set out in Section 6 and includes all the documents listed in Clause 1 of the draft Contract (i.e., the General Conditions of Contract(GCC), the Special Conditions of Contract (SCC), and the Appendices).”

RFP Conditions Prevail.

1777. 12 S 1(A(1.11)) We request the following change in language: “Client requires that the Systems Integrator provides professional, objective, and impartial advice and at all times hold Client’s interests’ paramount, The Systems Integrator

RFP Conditions Prevail.

Page 435: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

435

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

shall not accept or engage in any assignment that may place it in a position of not being able to carry out the assignment in the best interests of Client and the Project.”

1778. 12 1(A(2)) Conflictbetweenconsultingactivitiesandprocurementofgoods, works or non-consulting services: a Bidder that has been engagedbytheClienttoprovidegoods,works,ornon-consulting services for a project, or any of its Affiliates, shall be disqualified from providing consulting services resulting from or directly related to those goods, works, or non-consulting services. Conversely, a Bidder hired to provide consulting services for the preparationorimplementationofaproject,oranyofitsAffiliates, shallbedisqualifiedfromsubsequentlyprovidinggoodsorworks ornon-consultingservicesresultingfromordirectlyrelatedtothe consulting services for such preparation orimplementation. Relationship with the Client’s staff: a Bidder (including its Directors, Stakeholders or Management) that has a close business or family relationship with a professional staff of the Client who are directly or

Bidder requests redefinition of the clause as follows (This is as per the Model RFP released by the government for procurement by government entities http://meity.gov.in/content/rfp-standardization-model-rfps-and-guidance-notes ) : “Without limiting the generality of the above, a Bidder shall be deemed to have a Conflict of Interest affecting the Selection Process, if: the Bidder, its consortium member (the “Member”) or Associates (or any constituent thereof) and any other Bidder, its consortium member or Associate (or any constituent thereof) have common controlling shareholders or other ownership interest; provided that this disqualification shall not apply in cases where the direct or indirect shareholding or ownership interest of an Bidder, its Member or Associate (or any shareholder thereof having a shareholding of more than 5 per cent of the paid up and subscribed share capital of such Bidder, Member or Associate, as the case may be) in the other Bidder, its consortium member or Associate is less than 5% (five per

RFP Conditions Prevail.

Page 436: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

436

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

indirectly involved in any part of (i) the preparation of the RFP for the assignment, or (ii) the Technical Specifications of the goods, works or services may not be awarded a Contract, unless the conflict stemming from this relationship has been resolved in a manner acceptable to the Client throughout the selection process and the execution of the Contract.

cent) of the subscribed and paid up equity share capital thereof. For the purposes of this Clause, indirect shareholding held through one or more intermediate persons shall be computed as follows: − where any intermediary controlled by a person through management control or otherwise, the entire shareholding held by such controlled intermediary in any other person (the “Subject Person”) shall be taken into account for computing the shareholding of such controlling person in the Subject Person; where a person does not exercise control over an intermediary, which has shareholding in the Subject Person, the computation of indirect shareholding of such person in the Subject Person shall be undertaken on − a proportionate basis; provided, however, that no such shareholding shall be reckoned under this Sub-clause if the shareholding of such person in the intermediary is less than 26% (twenty six per cent) of the subscribed and paid up equity shareholding of such intermediary; or ii. a constituent of such Bidder is also a constituent of another Bidder; or iii. such Bidder or its Associate receives or has received any direct

Page 437: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

437

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

subsidy or grant from any other Bidder or its Associate; or iv. such Bidder has the same legal representative for purposes of this Application as any other Bidder; or v. such Bidder has a relationship with another Bidder, directly or through common third parties, that puts them in a position to have access to each others’ information about, or to influence the Application of either or each of the other Bidder;”

1779. 13 Sec 1 / 4. Eligibility / Subclause 4

4.4. A wholly owned subsidiary may use the technical credentials of its parent company if an undertaking confirming the relationship is provided by the parent company/firm.

1) Due to the complex nature of Domestic and International laws, The Parent Company/Firms of many OEMs organisations do not open "directly or wholly owned" subsidiaries in every country. Instead, they have "Holding companies" which then have stakes in local organisation/entities. 2) Also, by nature of Indian laws, Limited and Private Limited Companies by default need to have a minimum of atleast 2 shareholders, thereby defeating the concept of "wholly owned subsidiary" Hence limiting the eligibility of organisations and allowing the usage of credentials of only "wholly owned subsidiary makes this tender highly restrictive, and will bar many

Refer to Corrigendum.

Page 438: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

438

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

international organisations an opportunity to offer/showcase their solution . Our Recommendation : We request the dilution of the term "Wholly owned subsidiary", with more appropriate term "Any wholly or Indirectly held subsidiary, or Group company (Group Company being any company with whom the Bidder shares a common Parent, either directly or indirectly)"

1780. 13 4 Eligibility We request you to Amend the clause as below: In case of JV/consortium the bidder must have local firms as subcontractor.

RFP Conditions Prevail.

1781. 13 Section 1. Instructions to Bidders

4.2 None of the member of a given JV/Consortium can be a member of another JV/Consortium for submitting this same bid otherwise all the bids comprising the same member shall stand disqualified. However, a sub-contractor can be a member of more than one JV/ Consortium.

It is requested to kindly ammend as: 4.2 None of the member of a given JV/Consortium can be a member of another JV/Consortium for submitting this same bid otherwise all the bids comprising the same member shall stand disqualified. However, a sub-contractor cannot be a member another bid if its project experience is given as part of Technical Evaluation marking.

RFP Conditions Prevail.

1782. 13 Sec 1 / 4. Eligibility / Subclause 4

4.3) A parent company/ firm shall be allowed to use the credentials of its subsidiaries / associates provided, the stake of the parent company is more than 50% and satisfactory documentary proofs establishing the relationship and

Due to the complex nature of Domestic and International laws, The Parent Company/Firms of many OEMs organisations do not open "directly or wholly owned" subsidiaries in every country. Instead, they have "Holding

Refer to Corrigendum.

Page 439: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

439

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

stake are submitted. companies" which then have stakes in local organization /entities.

1783. 13 Sec 1 / 4. Eligibility / Subclause 5

4.3) A parent company/ firm shall be allowed to use the credentials of its subsidiaries / associates provided, the stake of the parent company is more than 50% and satisfactory documentary proofs establishing the relationship and stake are submitted.

Hence, limiting the eligibility of organisations and allowing the usage of credentials only where the "Parent Company has stake of more than 50%" makes this tender highly restrictive, and will bar many international organisations an opportunity to offer/showcase their solution .

Refer to Corrigendum.

1784. 13 Sec 1 / 4. Eligibility / Subclause 6

4.3) A parent company/ firm shall be allowed to use the credentials of its subsidiaries / associates provided, the stake of the parent company is more than 50% and satisfactory documentary proofs establishing the relationship and stake are submitted.

Refer to Corrigendum.

1785. 13 Sec 1 / 4. Eligibility / Subclause 7

4.3) A parent company/ firm shall be allowed to use the credentials of its subsidiaries / associates provided, the stake of the parent company is more than 50% and satisfactory documentary proofs establishing the relationship and stake are submitted.

Our Recommendation : We request for relaxation of this criteria to allow more international OEMs to participate, by allowing them to use "credentials of Parent Company, any Direct & Indirect subsidiaries of Parent Companies, as well as Group Companies (Group Company being any company with whom the Bidder shares a common Parent, either directly or indirectly)

Refer to Corrigendum.

1786. 13 Sec 1 / 4. Eligibility / Subclause 4

4.4. A wholly owned subsidiary may use the technical credentials of its parent company if an undertaking confirming the relationship is provided by the parent company/firm.

1) Due to the complex nature of Domestic and International laws, The Parent Company/Firms of many OEMs organisations do not open "directly or wholly owned" subsidiaries in every country.

Refer to Corrigendum.

Page 440: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

440

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Instead, they have "Holding companies" which then have stakes in local organisation/entities.

1787. 13 Sec 1 / 4. Eligibility / Subclause 5

4.4. A wholly owned subsidiary may use the technical credentials of its parent company if an undertaking confirming the relationship is provided by the parent company/firm.

Refer to Corrigendum.

1788. 13 Sec 1 / 4. Eligibility / Subclause 6

4.4. A wholly owned subsidiary may use the technical credentials of its parent company if an undertaking confirming the relationship is provided by the parent company/firm.

2) Also, by nature of Indian laws, Limited and Private Limited Companies by default need to have a minimum of atleast 2 shareholders, thereby defeating the concept of "wholly owned subsidiary"

Refer to Corrigendum.

1789. 13 Sec 1 / 4. Eligibility / Subclause 7

4.4. A wholly owned subsidiary may use the technical credentials of its parent company if an undertaking confirming the relationship is provided by the parent company/firm.

Refer to Corrigendum.

1790. 13 Sec 1 / 4. Eligibility / Subclause 8

4.4. A wholly owned subsidiary may use the technical credentials of its parent company if an undertaking confirming the relationship is provided by the parent company/firm.

Hence limiting the eligibility of organisations and allowing the usage of credentials of only "wholly owned subsidiary makes this tender highly restrictive, and will bar many international organisations an opportunity to offer/showcase their solution .

Refer to Corrigendum.

1791. 13 Sec 1 / 4. Eligibility / Subclause 9

4.4. A wholly owned subsidiary may use the technical credentials of its parent company if an undertaking confirming the relationship is provided by the parent company/firm.

Refer to Corrigendum.

Page 441: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

441

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

1792. 13 Sec 1 / 4. Eligibility / Subclause 10

4.4. A wholly owned subsidiary may use the technical credentials of its parent company if an undertaking confirming the relationship is provided by the parent company/firm.

Our Recommendation : We request the dilution of the term "Wholly owned subsidiary", with more appropriate term "Any wholly or Indirectly held subsidiary, or Group company (Group Company being any company with whom the Bidder shares a common Parent, either directly or indirectly)"

Refer to Corrigendum.

1793. 13 Eligibility Clause 4.4

A wholly owned subsidiary may use technical credentials of its parent company if undertaking confirming the relationship proivded by the parent company/firm

We reuqest you to allow to use crenditals of sister concern/associates company confirming the relationship provided by the parent company.

Refer to Corrigendum.

1794. 13 4 Eligibility We request you to Amend the clause as below: In case of JV/consortium the bidder must have local firms as subcontractor.

RFP Conditions Prevail.

1795. 13 3 The Bidder (including its officers, employees, agentsand advisors), its Personnel and Affiliates shall observe the highest standards of ethics during the bid process. Notwithstanding anything to the contrary in this RFP, the Client shall reject a proposal without being liable in any manner whatsoever to the Bidder if a court of lawdetermines thatthe Bidder has, intentionally,directly or indirectly through an agent engaged in any corrupt practice, fraudulent practice, coercive practice, collusive practice, undesirablepractice or restrictive

Query not clear.

Page 442: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

442

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

practice, as defined in Section 4.

1796. 14 Volume 1, Section 4

A wholly owned subsidiary may use the technical credentials of its parent company if an undertaking confirming the relationship is provided by the parent company/firm.

We hope that the Indian bidder who is 100% subsidiary of its foreign parent company that holds the same name, could use both financial and technical credentials of its parent company to become eligible

The RFP conditions are self-explanatory.

1797. 14 1 (A(4.7)) The Bidder, its contractors or sub-contractors, during the last 3 (three) years, neither failed to perform on any agreement,asevidencedbyimpositionofapenaltybyan arbitralorjudicialauthorityorajudicialpronouncementor arbitration award against the Bidder or its Contractors or sub-contractors, nor been expelled from any project or agreement nor have had any agreement terminated for breach by such Bidder or its contractors or sub- contractors.

As a counter to this requirement, Bidder can confirm that there is nothing that will materially effect the Bidder’s capability to provide services to the Client. We would only be able to give an undertaking to this effect. Brand to confirm whether we will be able to procure it from everyone who is participating with us in the RFP (Contractors, Subcontractors)

RFP Conditions Prevail.

1798. 15 Sec 1 / 5. Qualification of the bidder / Sub clause 5.2.7

all partners of the Joint Venture/ Consortium shall be liable jointly and severally for the execution of the Contract in accordance with the Contract terms, and a statement to this effect shall be included in the authorization mentioned under ITB Clause 5.2.2 above, in the bid as well as in the Contract (in case of a successful bid).

We request and strongly recommend that due to the very complex nature of this bid, each consortium Partners liability should be strictly limited to their respective portion of Scope of Work (as agreed mutually in Consortium Agreement submitted as part of Bid response)

RFP Conditions Prevail.

1799. 15 RFP Vol I, Section 1 -

In case allowed, if a Bidder intends to subcontract major

At this point, it may be difficult for bidders to provide details of a Sub-

RFP Conditions Prevail.

Page 443: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

443

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

"Instruction to Bidders" ( Qualification of Bidder clause 5.3)

items of supply or services, it shall include in the bid details of the name and nationality of the proposed Sub-contractor for each of those items and shall be responsible for ensuring that any Sub-contractor proposed complies with the requirements of ITB Clause 4, and that any Goods or Services components of the System to be provided by the Sub-contractor comply with the requirements of this bid document and the related evidence required by ITB Clause 17 is submitted.

contractor as required. It is performance based contract Successful bidder will be responsible and committed to deliver as per the objectives setforth in the Bid. We request you to please allow bidders to provide details of sub conractor(s) after award of this job. Successful bidder shall have multiple options available to propose to Client. Sticking to any particular S/C at this point may not serve the objective.

1800. 15 Sec 1 / 5. Qualification of the bidder / Sub clause 5.2.7

all partners of the Joint Venture/ Consortium shall be liable jointly and severally for the execution of the Contract in accordance with the Contract terms, and a statement to this effect shall be included in the authorization mentioned under ITB Clause 5.2.2 above, in the bid as well as in the Contract (in case of a successful bid).

We request and strongly recommend that due to the very complex nature of this bid, each consortium Partners liability should be strictly limited to their respective portion of Scope of Work (as agreed mutually in Consortium Agreement submitted as part of Bid response)

RFP Conditions Prevail.

1801. 15 ICOMC_MSI_RFP_BBSR, 5. Qualifications of the Bidder

5.5 The Bidder shall comply to the below requirements: The OEM for each product or technology quoted should be in the business of that product or solution or technology for at least 3 years as on the date of release of the RFP.

Request you to add OEM experience point under this The proposed OEM solution for smart city platform (Data Normalization Software) should be deployed in at least 1 city in India and 5 cities globally. Bidder to furnish OEM self- certification with the name of the cities.

RFP Conditions Prevail.

1802. 15 ICOMC_MSI_ 5.5 The Bidder shall comply to Request you to add OEM RFP Conditions Prevail.

Page 444: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

444

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

RFP_BBSR, 5. Qualifications of the Bidder

the below requirements: The OEM for each product or technology quoted should be in the business of that product or solution or technology for at least 3 years as on the date of release of the RFP.

experience point under this The proposed OEM solution for smart city platform (Data Normalization Software) should be deployed in at least 1 city in India and 5 cities globally. Bidder to furnish OEM self- certification with the name of the cities.

1803. 16 Sec 1 / 5. Qualification of the bidder / Sub clause 5.5.iii

All the OEMs should have authorized presence in India either directly or through channel partner(s) as on the date of release of RFP

We request and strongly recommend that given the complex nature of this Bid, Only OEMs who are participating directly (through "wholly owned" or "indirectly owned" subsidiaries or "Group companies") should be allowed to participate. Participation/ representation through Channel Partners should be discouraged, as it will put the project at high risk

RFP Conditions Prevail.

1804. 16 5.5 (i) The Bidder shall quote only one specific make and model from only one specific OEM, for each of the goods. Providing more than one option shall not be allowed. All goods quoted by the Bidder must be associated with item code and names and with printed literature describing configuration and functionality.

Since as System Integrator, We are responsible to meet the technical specification and SLA levels for the entire technical Solution. In this regard we undersatnd that we shall propose multiple makes which are technically equivalent and would meet RFP requirements. This will help the SI to offer a very competitive price to the customer by taking aggressive risks on their costs, which will totally benefit the customer. If only one make is insisted the vendor does not support the Si in times and therefore the costs go up considerably.

RFP Conditions Prevail.

Page 445: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

445

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

For your Kind information, in almost all of the government contracts there is a list of Compendium of Suppliers approved for each of their item required for the Project.This list is made part of the contract. During execution of the contract, the SI/Contractor shall have to supply materials of makes/vendors who are in that list only. Hence we request you to kindly accept the same.

1805. 16 Sec 1 / 5. Qualification of the bidder / Sub clause 5.5.iii

All the OEMs should have authorized presence in India either directly or through channel partner(s) as on the date of release of RFP

We request and strongly recommend that given the complex nature of this Bid, Only OEMs who are participating directly (through "wholly owned" or "indirectly owned" subsidiaries or "Group companies") should be allowed to participate. Participation/ representation through Channel Partners should be discouraged, as it will put the project at high risk

RFP Conditions Prevail.

1806. 16 Section-1 Clause-5.2.7

All partners of the Joint Venture/Consortium shall be liable jointly and severally for the execution of the Contract in accordance with the Contract terms, and a statement to this effect shall be included in the authorization mentioned under ITB Clause 5.2.2 above, in the bid as well as in the Contract (in case of a successful bid).

Consortium leader/lead bidder being the responsible for major works and qualification criteria, and other partners will join the consortium to extend help to lead partner, we request you to delete the clause Joinly and severally responsibility on the partners.

RFP Conditions Prevail.

1807. 17 E-Governance We would suggest to have Query not clear.

Page 446: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

446

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

point 13 Eligibility point no 5.1(a)

biometric fingerprint scanner feature for any future Aadhar based transaction.

1808. 17 Sec 1 / 5. Qualification of the bidder / Sub clause 5.5.iv

OEM proposed by the Bidder shall be in compliance to National Security Policy of Government of India.

We request you to kindly share the document where the details related to this compliance is spelled out, so that everyone is on the same

Compliance of all policies, acts, rules, regulations and guidelines of Central and State Government, as applicable from time to time, shall be ensured

1809. 17 ICOMC_MSI_RFP_BBSR, Section 5.5

The OEM for each product or technology quoted should be in the business of that product or solution or technology for at least 3 years as on the date of release of the RFP.

With the continuation clause, the end of life statement is very necessary for all the proposed products. We request to include this statement. We also confirm that there is no plan to declare the above mentioned Programs end of life for a period of 18 months from the date of bidding. This 18 months has been mentioned in 18, clause 5.IV and 247 - go live date.

Refer to Corrigendum.

1810. 17 Section 1 , clause 5.5

All the OEMs should have authorized presence in India either directly or through channel partner(s) as on the date of release of RFP.

Addition sought - OEM should also have support center in India. This is necessary for providing seamless support towards this project.

RFP Conditions Prevail.

1811. 17 Section 1. Instructions to Bidders, 5.5

(v) OEM proposed by the Bidder shall be in compliance to National Security Policy of Government of India.

It is requested to kindly modify as: (v) OEM proposed by the Bidder shall be in compliance to National Security Policy of Government of India. Incase of any breach for National Security Policy of Government of India, the MSI should have a choice to change the OEM after due permission with the Customer

RFP Conditions Prevail.

Page 447: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

447

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

1812. 17 Sec 1 / 5. Qualification of the bidder / Sub clause 5.5.iv

OEM proposed by the Bidder shall be in compliance to National Security Policy of Government of India.

We request you to kindly share the document where the details related to this compliance is spelled out, so that everyone is on the same

Compliance of all policies, acts, rules, regulations and guidelines of Central and State Government, as applicable from time to time, shall be ensured.

1813. 17 7.1 (V) agreed to be bound by the mutually agreed undertakingsprovided by it under and in terms

Query not clear.

1814. 17 ICOMC_MSI_RFP_BBSR 5.5

The OEM for all active components should give a declaration that products or technology quoted are neither end of- sale nor end-of-life as on the date of installation and commissioning and are not end-of-support till the successful completion of O&M period of the project.

The contract period is for 7 years. Hence letter should specifically ask for 7 Years support from OEM.

Refer to Corrigendum.

1815. 18 Section 1. Instructions to Bidders

OEM proposed by the Bidder shall be in compliance to National Security Policy of Government of India

Please explian its application to equipments , method of application and use/ checking the OEM'S eligility as per National Security Policey of Government of India. Also Please provide National Security Policy documents to OEMS for reference.

Compliance of all policies, acts, rules, regulations and guidelines of Central and State Government, as applicable from time to time, shall be ensured.

1816. 18 ICOMC_MSI_RFP_BBSR, Section 5.6

The OEM for all active components should give a declaration that products or technology quoted are neither end of- sale nor end-of-life as on the date of installation and commissioning and are not end-of-support till the successful completion of O&M period of the project.

The OEM for all active components should give a declaration that products or technology quoted are neither end of- sale nor end-of-life as on the date of installation and commissioning and for a period of 18 months and are not end-of-support till the successful completion of O&M period of the project.

Refer to Corrigendum.

Page 448: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

448

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

1817. 18 ICOMC_MSI_RFP_BBSR, Section 5.5

(v) OEM proposed by the Bidder shall be in compliance to National Security Policy of Government of India.

Kindly elaborate on this clause. Compliance of all policies, acts, rules, regulations and guidelines of Central and State Government, as applicable from time to time, shall be ensured

1818. 18 1 6.2 The Client will arrange for the Bidder and any of its personnel or agents to gain access to the relevant site or sites, provided that the Bidder gives the Client adequate notice of a proposed visit of at least seven (7) days. Alternatively, the Client may organize a site visit or visits concurrently with the pre-bid meeting, as specified in the ITB Clause 10.2. Failure of a Bidder to make a site visit will not be a cause for its disqualification.

Request customer to identify and share SPOC details of any government authorities officials reponsible for permissions and survey finalization like traffic, NHAI, railway, municipal, police, electricity authorities during surveys

Provided in RFP Section 1: Bid Data Sheet, 1.5, Pg. 41

1819. 23 Sect 1 16 d) If the Bidder agrees to extend the validity of its Proposal, it shall be done without any change in the original Proposal.

It is recommended that changes be allowed to be negotiable at the time of extension as otherwise the business viability will cease to exist as the prices will change which is payable to both OEMs and Subcontractors.

RFP Conditions Prevail.

1820. 23 Section 1 : ITB Clause No.17 Qualification Documents and Technical Proposal Format

Qualification Documents and Technical Proposal Format

Some of the line items mentioned in the Qualification Documents and Technical Proposal are missing in the Annexure - 2 : Bid Submission check list. They are: 1. Copy of Sales Tax & Service Tax registration in India 2. Detailed Technical Description.. solution. 3. Data Sheets

Refer to Corrigendum.

Page 449: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

449

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

4. Description of approach, methodology, and work plan Where do we submit the same?

1821. 25 Sec 1 / clause 18. Financial proposal / Sub clause 18.6

The price of Services shall be quoted in total for each service (where appropriate, broken down into unit prices). Prices must include all taxes, duties, levies and fees whatsoever. The prices must include all costs incidental to the performance of the Services.

Given the drastic changes expected under the new GST regime which will shortly go live in India, it is requested that all taxes / levies/ duties should be indicated in separate columns, so that a fair calculation and evaluation is possible

The provision for mentioning taxes for Supply & installation cost is mentioned in the financial proposal format. Kindly refer addendum - 1 for recurrent costs.

1822. 26 Sec 1 / 18. Financial proposal / Sub clause 18.4

The prices for Goods offered shall be quoted, including all customs duties, levies, fees, sales and other taxes incurred until delivery of the Goods if the Contract is awarded. In principally, it is estimated that following taxes and charges namely, road permit charges, state entry tax, CST, service tax, Works Contract Tax (VAT) etc. will be applicable for the supply, installation, commissioning, operation and maintenance of the project.

Given the drastic changes expected under the new GST regime which will shortly go live in India, it is requested that all taxes / levies/ duties should be indicated in separate columns, so that a fair calculation and evaluation is possible

The provision for mentioning taxes for Supply & installation cost is mentioned in the financial proposal format. Kindly refer addendum - 1 for recurrent costs.

1823. 26 Section -1 Financial Proposal - 18.4

The prices for Goods offered shall be quoted, including all customs duties, levies, fees, sales and other taxes incurred until delivery of the Goods if the Contract is awarded. In principally, it is estimated that following taxes and charges namely, road permit charges,

In Case of any increase /decrease in in rates of taxes or introduction of any new taxes during contract period , in such condition It would be recommended to consider prevailing rates of taxes applicable at the time of billing /payment

The provision for mentioning taxes for Supply & installation cost is mentioned in the financial proposal format. Kindly refer addendum - 1 for recurrent costs.

Page 450: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

450

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

state entry tax, CST, service tax, Works Contract Tax (VAT) etc. will be applicable for the supply, installation, commissioning, operation and maintenance of the project.

1824. 26 Sec 1 / 18. Financial proposal / Sub clause 18.4

The prices for Goods offered shall be quoted, including all customs duties, levies, fees, sales and other taxes incurred until delivery of the Goods if the Contract is awarded.

Given the drastic changes expected under the new GST regime which will shortly go live in India, it is requested that all taxes / levies/ duties should be indicated in separate columns, so that a fair calculation and evaluation is possible

The estimation of taxes and duties applicable for the project is the responsibility of the bidder.

1825. 26 Sec 1 / 18. Financial proposal / Sub clause 18.5

In principally, it is estimated that following taxes and charges namely, road permit charges, state entry tax, CST, service tax, Works Contract Tax (VAT) etc. will be applicable for the supply, installation, commissioning, operation and maintenance of the project.

Given the drastic changes expected under the new GST regime which will shortly go live in India, it is requested that all taxes / levies/ duties should be indicated in separate columns, so that a fair calculation and evaluation is possible

The estimation of taxes and duties applicable for the project is the responsibility of the bidder.

1826. 27 EMD, Section 1: ITB Clause No. 19 (a)

An Earnest Money Deposit (EMD) amount as indicated in the Bid Data Sheet in the form of an irrevocable and unconditional bank guarantee drawn in favour of the Client (as indicated in Bid Data Sheet) and payable at Bhubaneswar must be submitted along with the Proposal.

As per RBI guidelines for issue of BG, following Beneficiary Bank Details are required. Kindly give the details: 1) Name of Bank 2) Bank address 3) Bank Account No: 4) IFSC CODE 5) MISR CODE 6) BRANCH CODE

The bank details of Bhubaneswar Smart City Ltd. are provided below: - • A/c Name – Bhubaneswar Smart City Limited • Bank – State Bank of India • Branch – Secretariat Branch • A/c No. 35706071380 • IFSC Code – SBIN0010236

1827. 28 Sect 1 19 c) The EMD submitted along with the Proposal will remain valid for

It is recommended that EMD validity be same as bid validity.

RFP Conditions Prevail.

Page 451: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

451

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

a period of 28 days beyond validity period of the Proposal, including any extensions thereof

1828. 28 20 (D(V)) fails to execute theContract read along with the relevant deviations on the terms and conditions of

Query not clear.

1829. 31 Performance Security

The Performance Security shall be for an amount equal to 10% (Ten per cent) of the total value of the Contract.

Request to change to - Performance Security shall be for an amount equal to 10% (Ten per cent) of the each year TCV value of the Contract.

RFP Conditions Prevail.

1830. 37 33 TheClientreservestherightatthetimeofContractaward to increase or decrease, by the percentage (s) indicated in the BDS any of thefollowing: a. de-scope or add the systems/sub-systemsequivalent to specified percentage (%) of Contract value;or b. the quantity of substantially identical Sub-systems;or c. the quantity of individual hardware, Software, related equipment, Materials, products, and other Goods components of the Information System;or d. the quantity of Installation or other Services to be performed, from that originally specified in the Technical Requirements (as amended by any Addenda issued pursuant to ITB Clause 10), with any change in unit prices or other terms and conditions

RFP Conditions Prevail.

Page 452: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

452

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

1831. 38 33 Client’s Right to Vary Quantities at Time of Award

The Client reserves the right at the time of Contract award to increase or decrease, by the percentage (s) indicated in the BDS any of the following: Percentage for increase/decrease: 20%

Right to Alter should be mutually agreed

RFP Conditions Prevail.

1832. 41 Sec 1 instruction to bidders Big Dat Sheet

1.2 There is discrepancy in the perios in word and figure. What is the right period

Refer to Corrigendum.

1833. 41 Sec 1 / Chapter- F / A. General / clause 1.2

The Contract term is : One hundred two (108) months including Implementation period of Twenty Four (24) months

The sentence is misleading. Requesting you to kindly confirm the actual period of the contract

Refer to Corrigendum.

1834. 41 Sec 1 / Chapter- F / A. General / clause 1.2

The Contract term is : One hundred two (108) months including Implementation period of Twenty Four (24) months

The sentence is misleading. Requesting you to kindly confirm the actual period of the contract

Refer to Corrigendum.

1835. 42 Volume1,Section F;1.2

The Contract term is : One hundred two (108) months including Implementation period of Twenty Four (24) months

The contract period in figure and words seems to be different. Please clarify

Refer to Corrigendum.

1836. 42 ICOMC_MSI_RFP_BBSR, Section 1.2

Contract Term As per RFP, contract term is 108 Months which includes implementation period of 24 Months. So we understanding that support period is 7 Years. But at number 253, support period is mentioned as 5 years. Please confirm the support period.

Refer to Corrigendum.

1837. 42 5.1 (a) The Bidder- qualification criteria

The Bidder (any member of consortium) shall have any one of the following Certifications valid at the time of Bidding:

We request that ISO 9001 : 2008 Certiofation be also considered since we are in the proces of migrating to the ISO 9001: 2015

Refer to Corrigendum.

Page 453: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

453

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

5. Certifications

• ISO 9001:2015 • ISO 20000:2011 for IT Service Management or equivalent certification • ISO 27001:2013 for Information Security Management System or equivalent certification

shorlty.

1838. 42 5.1 (a) The Bidder- qualification criteria 7. ICOMC

The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation of Integrated Operations Centre/Command and Control Centre integrating at least three (3) different city/campus-wide applications/sensors at the command and control centre for a city wide / campus wide deployment having a minimum value of INR 10 crores per project (excluding civil works) during last seven (7) years.

We request that the OEM Experience also be considred for the qualification purpose. We also request you to have the minimum value of 10 CR removed and modify it as integrated with minimum 500 Cameras or sensors instead. we request that the modified clause reads as " The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation of Integrated Operations Centre/Command and Control Centre integrating at least 500 Cameras / Sensors at the command and control centre for a city wide / campus wide deployment, during last seven (7) years.

RFP Conditions Prevail.

1839. 42 5.1 (a) The Bidder- qualification criteria 9. Transit ITS

The bidder shall have experience on at least two AVL projects for intra-city public transit system with a fleet of at least 50 buses wherein the bidder shall have provided AVL system software and hardware

We request that the OEM Experience also be considred for the qualification purpose. We also request you to consider AVL projects that has Emergency Vehicles / Ambuances in the fleet

Refer to Corrigendum.

Page 454: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

454

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

to monitor, manage and control transit operations. In addition, the bidder should have integrated the AVL system with the Passenger Information sub-system to provide route and ETA (expected travel arrival) to passengers. The AVL projects should have been commissioned within the past 7 (seven) years from the date of submission of the bid and should have been in commercial operations for at least one year after successful system acceptance.

and modify the Clause to read as " The bidder shall have experience on at least two AVL projects for Solid Waste Management / Emergency Response Managment or intra-city public transit system with a fleet of at least 50 Vehicles ( Municipal Vehicles / Police Vehicles / PCR Vehicles / Ambulances / Buses ) wherein the bidder shall have provided AVL system software and hardware to monitor, manage and control transit operations.The AVL projects should have been commissioned within the past 7 (seven) years from the date of submission of the bid and should have been in commercial operations for at least one year after successful system acceptance."

1840. 42 5.1 (a) The Bidder- qualification criteria 15. Overall

The sole bidder or the consortium shall meet at least 4 out of 8 project experiences required as part of Criteria 7-14 and remaining criteria in Criteria 7-14 can be met by sub-contractor(s).

Our understanding is that the Sub Contactor can also be the OEM ( Original Equipment Manufacturer ) of the solutions you have listed in the ITB 5.1 (a ). So kindly modify this caluse to read as " The sole bidder or the consortium shall meet at least 4 out of 8 project experiences required as part of Criteria 7-14 and remaining criteria in Criteria 7-14 can be met by OEM's / sub-contractor(s). "

RFP Conditions Prevail.

1841. 42 Sect 1 1.2 The Contract term is : One hundred two (108) months including Implementation period

It is recommended that contract period be decreased. Two year Implementation with defect liability

RFP Conditions Prevail.

Page 455: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

455

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

of Twenty Four (24) months and warranty and three years post warranty period. Any period more than 5 years overall will be difficult in terms of getting support as in majority of the cases End of Support Life kicks in beyond that period.

1842. 42 Section 1. Instructions to Bidders

The Contract term is : One hundred two (108) months including Implementation period of Twenty Four (24) months

Please clarify the contract terms whether it is 102 or 108 months

Refer to Corrigendum.

1843. 42 ICOMC_MSI_RFP_BBSR, Section 1.2

Contract Term As per RFP, contract term is 108 Months which includes implementation period of 24 Months. So we understanding that support period is 7 Years. But at number 253, support period is mentioned as 5 years. Please confirm the support period.

Refer to Corrigendum.

1844. 42 Section 1 : ITB Clause no. 5.1 (a) Qualification criteria

5. Certifications: The Bidder (any member of consortium) shall have any one of the following Certifications valid at the time of Bidding: • ISO 9001:2015 • ISO 20000:2011 for IT Service Management or equivalent certification • ISO 27001:2013 for Information Security Management System or equivalent certification

Kindly clarify the certification to be enclosed for Technical Criteria.

The RFP conditions are self-explanatory.

1845. 42 5.1(a), S. No. 1

In case of a consortium, in addition, each member other than Partner In charge shall be in operations for a period of at least (5) years

We request you to Amend the clause as below: In case of a consortium, in addition, each member other than Partner In

RFP Conditions Prevail.

Page 456: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

456

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

as on published date of RFP. charge shall be in operations for a period of at least (10) years as on published date of RFP.

1846. 42 5.1 (a) The Bidder- qualification criteria 15. Overall

The sole bidder or the consortium shall meet at least 4 out of 8 project experiences required as part of Criteria 7-14 and remaining criteria in Criteria 7-14 can be met by sub-contractor(s).

Our understanding is that the Sub Contactor can also be the OEM ( Original Equipment Manufacturer ) of the solutions you have listed in the ITB 5.1 (a ). So kindly modify this caluse to read as " The sole bidder or the consortium shall meet at least 4 out of 8 project experiences required as part of Criteria 7-14 and remaining criteria in Criteria 7-14 can be met by OEM's / sub-contractor(s). "

RFP Conditions Prevail.

1847. 42 Section-1, Clause-5.1 (a) -2

Company Financials: The Bidder/Consortium shall have an average annual turnover of INR 1,000 Crores over the last three (3) Financial Years. In case of Consortium, at least 50% of the turnover criteria shall be met by the Partner In charge and the remaining can be satisfied by the other Consortium partners. Lead member or Consortium members shall be into one of the following specific business areas. Specific Business Areas • ICT Infrastructure • Telecom Infrastructure • IT System Integration Services

1. We request you to kindly reduce the Average annual Turn over to INR 200 Crs, as the turn over from mentioned specific areas will be met only by very few bidders like large System Integrator or Telcos. Correspondingly we request you to assign the Maximum marks to 200 Crs turnover and proportionately reduce the marks below 200 Crs.

RFP Conditions Prevail.

1848. 42 Section-1, Clause-5.1 (a) -3

The Bidder (Partner In charge in case of consortium) shall have minimum net-worth of INR 100

We request you to kindly reduce the minimum networth to INR 50 Crs. Correspondingly we request you to

RFP Conditions Prevail.

Page 457: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

457

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Crores as per the last audited Financial Year.

assign the Maximum score points to 50 Crs turnover and proportionately reduce the marks below 50 Crs.

1849. 42 5.1(a), S. No. 1

In case of a consortium, in addition, each member other than Partner In charge shall be in operations for a period of at least (5) years as on published date of RFP.

We request you to Amend the clause as below: In case of a consortium, in addition, each member other than Partner In charge shall be in operations for a period of at least (10) years as on published date of RFP.

RFP Conditions Prevail.

1850. 42 5.1 (A(1)) Company Profile: We request for the following change: “A written undertaking from each of the consortium members, in case of a consortium, duly signed by the authorized signatory, holding a written power of attorney for this bid on a stamp paper, authorizing the lead bidder to incur liabilities and receive instructions for and on behalf of any and all consortium members, andthe entire execution of the mutually agreed Contract, including but not limited to thepayments.” Query: The POA should be limited to sign into the mutually agreed contract.

RFP Conditions Prevail.

1851. 42 5.1 (a) Qualification criteria We request relaxing the Qualifying Criteria to be met by Consortium partners from a minimum four to three

RFP Conditions Prevail.

1852. 43 Volume 1, Section 1.8

Last date of submission of online Considering the time required for site survey and analysis of technical aspect of the work, we request the

Refer to Corrigendum.

Page 458: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

458

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

authority to extend the online submission by two weeks from the current date of submission to ensure appropriate time for bidder’s to submit their technical proposal

1853. 43 Sec 1 / Chapter- F/ A. General / 5.1.a / Sub Clause (2). Company Fiancials

Lead member or Consortium members shall be into one of the following specific business areas. Specific Business Areas • ICT Infrastructure • Telecom Infrastructure • IT System Integration Services

We request that since the given bid is quite complex, and each MSI will be looking for Partner organisations with specific competencies only, it “might not be possible” for domain specific consortium Partners to necessarily fall in any of the given 3 competencies - ICT Infrastructure, Telecom Infrastructure, IT System Integration Services ; Hence, we strongly request the department to exclude this clause for "Consortium Partners"

RFP Conditions Prevail.

1854. 43 Section 1 - 5.1 (a) - Qualification Criteria

2. Company Financials & Profile - The Bidder/Consortium shall have an average annual turnover of INR 1,000 Crores over the last three (3) Financial Years. In case of Consortium, at least 50% of the turnover criteria shall be met by the Partner In charge and the remaining can be satisfied by the other Consortium partners.

It is important that the all the consortium partners are financially sound to carry out their scope. We request you to please mention that "Each consortium member should have at least Rs.50 Crores of average annual turnover in the last three Financial Years"

RFP Conditions Prevail.

1855. 43 Section 1 - 5.1 (a) - Qualification Criteria

3. Company Financials - The Bidder (Partner In charge in case of consortium) shall have minimum net-worth of INR 100 Crores as per the last audited Financial Year.

Please consider the networth of each consortium partner also. Accordingly, we request you to add "Each consortium partner should have Net worth of at least Rs.25 Cr as per last audited Financial Year"

RFP Conditions Prevail.

1856. 43 Section 1, Bid The Bidder/Consortium shall To be changed to: Refer to Corrigendum.

Page 459: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

459

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Data Sheet, Sub-Section 5.1 (a) - Qualification Criteria - Point 2 - Company Financial & Profile

have an average annual turnover of INR 1,000 Crores over the last three (3) Financial Years. In case of Consortium, at least 50% of the turnover criteria shall be met by the Partner In charge and the remaining can be satisfied by the other Consortium partners. Lead member or Consortium members shall be into one of the following specific business areas. Specific Business Areas • ICT Infrastructure • Telecom Infrastructure • IT System Integration Services

The Bidder/Consortium shall have an average annual turnover of INR 1,000 Crores over the last three (3) Financial Years. In case of Consortium, at least 50% of the turnover criteria shall be met by the Partner In charge and the remaining can be satisfied by the other Consortium partners. Lead member or Consortium members shall be into one of the following specific business areas. Specific Business Areas • ICT Infrastructure • Telecom Infrastructure • IT System /System Integration Services

1857. 43 5.1(a), pt 2 The Bidder/Consortium shall have an average annual turnover of INR 10,000 million over the last three (3) Financial Years. Incase of Consortium, at least 50% of the turnover criteria shall be met by the lead bidder and the remaining can be satisfied by the other Consortium partners. Lead member or Consortium members shall be into one of the following specific business areas. Specific Business Areas •ICT Infrastructure •Telecom Infrastructure •IT/ITS System Integration Services

Sir, we are a Govt of Kerala undertaking organization. We have a turnover of over 300 crores. We have implemented many projects on the various areas asked in the RFP such as ITMS, AVL, WI-FI, E-Governance etc. We are keen to participate in the Bhubaneswar smart city project. Further as a policy as a government organization we can participate only as a prime bidder. However, we are falling short on the Turnover asked in the RFP. We kindly request for relaxation of the annual average turnover to INR 7000 million from 10000 million for Govt. Undertakings/Govt Organisations/PSU’s etc. who will

RFP Conditions Prevail.

Page 460: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

460

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

be prime bidding and 50% of the turnover criteria shall be met by the lead bidder. OR Requesting for relaxation to 30% from 50% of the turnover criteria for the lead bidder incase the lead bidder is a Govt. Undertaking/Govt Organisations/PSU’s etc…….

1858. 43 5.1(a), pt 3 The Bidder (Partner In charge in case of consortium) shall have minimum net-worth of INR 100 Crores as per the last audited Financial Year.

Sir, we are a govt of Kerala organization in existence of over 2 decades. Further sir, we have a 100% backing of government of Kerala. We request you to relax the minimum net-worth of INR 100 Crores as per the last Audited Financial Year for Govt Undertakings/Govt Organisations/PSU’s etc…. OR Requesting you to make the clause as “ The Net-Worth should be positive as per the last Audited Financial Year for Govt Undertakings/Govt Organisations/PSU’s etc…. OR Requesting you make the clause like “ The lead bidder(incase of a consortium) along with the consortium partners should together have a minimum net-worth of INR 80 Crores as per the last Audited Financial Year and the lead bidder(only if it is a Govt

RFP Conditions Prevail.

Page 461: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

461

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Organisation/Govt Undertaking/PSU’s etc…) should have 20% of the minimum net-worth as per the last audited financial Year.

1859. 43 5.1(A(3)) Certificate from the Statutory Auditor on net worth

Query: We can provide for certificates endorsed by the company secretary of the company. We request removal of this requirement.

RFP Conditions Prevail.

1860. 43 5.1 (A(6)) As on date of submission of the proposal, the Bidder (all members of the consortium as applicable) shall not be blacklisted by any any State / Central Government Department or Central /State PSUs

Bidder can give a sign-off with respect to its activities in India. Will this suffice?

The RFP conditions are self-explanatory.

1861. 44 Sec 1 instruction to bidders Big Dat Sheet

ICOMC The requirement of 3 projects may be relooked

RFP Conditions Prevail.

1862. 44 Volume 1, Section 5.1 (a)

The Bidder/Consortium shall have an average annual turnover of INR 1,000 Crores over the last three (3) Financial Years. In case of Consortium, at least 50% of the turnover criteria shall be met by the Partner In charge and the remaining can be satisfied by the other Consortium partners.

In order to increase the participation of more eligible bidder’s we request the authority to reduce the average annual turnover to 500 Crores for bidder/consortium over the last three financial years so that the partner in charge satisfy 50% of the total average and remaining by other consortium partners.

RFP Conditions Prevail.

1863. 44 ICOMC_MSI_RFP_BBSR, Section 1- 5.1(a) (7) PQ Criteria

The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation of Integrated Operations Centre/Command

The Bidder (any member in case of consortium) shall have successfully executed at least two (2) One (1) projects related to implementation of Integrated Operations Centre/Command and Control

RFP Conditions Prevail.

Page 462: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

462

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

and Control Centre integrating at least three (3) different city/campus-wide applications/sensors at the command and control centre for a city wide / campus wide deployment having a minimum value of INR 10 crores per project (excluding civil works) during last seven (7) years.

Centre integrating at least three (3) different city/campus-wide applications/sensors at the command and control centre for a city wide / campus wide deployment having a minimum value of INR 10 crores per project (excluding civil works) during last seven (7) years.

1864. 44 Section 1. F; 5.1 (a); S.No 7

The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation of Integrated Operations Centre/Command and Control Centre integrating at least three (3) different city/campus-wide applications/sensors at the command and control centre for a city wide / campus wide deployment having a minimum value of INR 10 crores per project (excluding civil works) during last seven (7) years.

The Bidder (any member in case of consortium) shall have successfully executed at least one (1) project in India/Globally related to implementation of Integrated Operations Centre/Command and Control Centre integrating at least three (3) different city/campus-wide applications/sensors at the command and control centre for a city wide / campus wide deployment having a minimum value of INR 10 crores per project (excluding civil works) during last seven (7) years. Can a Customer letter detailing completion be sufficient

The RFP conditions are self-explanatory.

1865. 44 Section 1. Instructions to Bidders, Clause 5.1(a), Sl.No.7

The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation of Integrated Operations Centre/Command and Control Centre integrating at least three (3) different city/campus-wide applications/sensors at the

This clause may be modified as "The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation of Integrated Operations Centre/Command and Control Centre integrating at least three (3) different city/campus-wide applications/sensors at the

RFP Conditions Prevail.

Page 463: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

463

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

command and control centre for a city wide / campus wide deployment having a minimum value of INR 10 crores per project (excluding civil works) during last seven (7) years.

command and control centre for a city wide / campus wide deployment having a minimum value of INR 5 crores per project (excluding civil works) during last ten (10) years.

1866. 44 ICOMC_MSI_RFP_BBSR

The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation of Integrated Operations Centre/Command and Control Centre integrating at least three (3) different city/campus-wide applications/sensors at the command and control centre for a city wide / campus wide deployment having a minimum value of INR 10 crores per project (excluding civil works) during last seven (7) years.

There are not many such types of project which are involved more than one city command and control room. So please amend this clause as "The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects which involved implementation of Integrated Operations Centre/Command and Control Centre for a city wide / campus wide deployment having a minimum value of INR 10 crores per project (excluding civil works) during last seven (7) years.for better competition.

RFP Conditions Prevail.

1867. 44 RFP Volume 1 -Section 1. Instructions to Bidders

The Bidder (Partner In charge in case of consortium) shall have minimum net-worth of INR 100 Crores as per the last audited Financial Year

Request to include this requirement for Last three Financial Years

RFP Conditions Prevail.

1868. 44 RFP Volume 1 -Section 1. Instructions to Bidders

The Sole Bidder or the Partner In charge 1. Certificate from the Statutory Auditor on net worth

Kindly Replace Statutory Auditor with CA

RFP Conditions Prevail.

1869. 44 Sect 1 5.1 a) 3 Certificate from the Statutory Auditor on net worth

It is recommended to accept annual report in lieu of SA certificate

RFP Conditions Prevail.

1870. 44 Section 1 - 5.1 (a) - Qualification

5. Certifications - The Bidder (any member of consortium) shall have any one of the

CMMi is an important quality certification for software projects. We therefore request you to please

RFP Conditions Prevail.

Page 464: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

464

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Criteria following Certifications valid at the time of Bidding:

mention that "Consortium Partner responsible for the implementation of ERP and e-Governance should have a valid CMMi 3 or above certificate as on the date of bid submission"

1871. 44 Section 1. Instructions to Bidders

5. Certifications The Bidder (any member of consortium) shall have any one of the following Certifications valid at the time of Bidding: • ISO 9001:2015 • ISO 20000:2011 for IT Service Management or equivalent certification • ISO 27001:2013 for Information Security Management System or equivalent certification

Request to consider “The bidder should have ISO 9001:2008 (industry accepted quality management standards) and reword as: 5. Certifications The Bidder (any member of consortium) shall have any one of the following Certifications valid at the time of Bidding: • ISO 9001:2015(is the latest ISO 9001 certifications) or ISO 9001:2008 (valid till submission of the RFP date with a undertaking to submit renewed ISO 9001:2015 certificate after expiry of ISO 2001:2008 certificate). • ISO 20000:2011 for IT Service Management or equivalent certification • ISO 27001:2013 for Information Security Management System or equivalent certification

Refer to Corrigendum.

1872. 44 5.1.a-7 implementation of Integrated Operations Centre/Command and Control Centre

What kind of sensors are we looking for? Is it environmental, waste management or Flow level or any sensor

Kindly refer Section 5: Technical Requirements for details

1873. 44 5.1.a-7 implementation of Integrated Operations Centre/Command and Control Centre

Will there be a physical premise that will be given for setting up office / Project Management Office / support activities?

No

Page 465: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

465

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

1874. 44 Section 1, Bid Data Sheet, Section 5.1 (a) - Qualification Criteria - Point 5 - Certifications

The Bidder (any member of consortium) shall have any one of the following Certifications valid at the time of Bidding: • ISO 9001:2015 • ISO 20000:2011 for IT Service Management or equivalent certification • ISO 27001:2013 for Information Security Management System or equivalent certification

To be changed to: The Bidder (any member of consortium) shall have any one of the following Certifications valid at the time of Bidding: • ISO 9001:2008 • ISO 20000:2011 for IT Service Management or equivalent certification • ISO 27001:2013 for Information Security Management System or equivalent certification

Refer to Corrigendum.

1875. 44 Section-1, Clause-5.1 (a) -7

The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation of Integrated Operations Centre/Command and Control Centre integrating at least three (3) different city/campus-wide applications/sensors at the command and control centre for a city wide / campus wide deployment having a minimum value of INR 10 crores per project (excluding civil works) during last seven (7) years.

we request you to reduce the minimum value to INR 1 Cr and include Scope of work to any remote management of Smart City elements such as WiFi APs, Street Light Management, Environmental Sensors, Integrated Traffic Management etc.

RFP Conditions Prevail.

1876. 44 5.1(a), point 7 The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation of Integrated Operations Centre/Command and Control Centre integrating at least three (3) different city/campus-wide

Sir, We understand the magnitude of smart city projects . We have experience of doing many Command Control Centres in India, However we find that the value asked per project for the Command Control Center in this RFP is too high.

RFP Conditions Prevail.

Page 466: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

466

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

applications/sensors at the command and control centre for a city wide / campus wide deployment having a minimum value of INR 10 crores per project (excluding civil works) during last seven (7) years.

We request you to kindly consider and change the clause as “ Minimum value of INR 10 Crores for (a) Single project of the 2 projects asked for Or (b) 2 projects of 5 crores each Or (c) 3 projects and one of the projects to be 5 crores and above.” OR Please remove the valuation of the project completely as being done in pt 9 45 Section 5.1(a) of this RFP.

1877. 44 5.1(a) pt 8 The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation of Integrated Traffic Management System integrating at least three (3) different components from the below list on a single application having a minimum value of INR 7 crores per project (excluding civil works) during last seven (7) years. Components: 1. Red Light Violation Detection Systems 2. Automatic Traffic Counters & Classifiers 3. Dynamic Message Signs 4. Public Address (PA) System

Sir, We kindly request you to remove the valuation of the project completely as being done in pt 9 45 Section 5.1(a) of this RFP.

RFP Conditions Prevail.

Page 467: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

467

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

1878. 44 5.1(a) Project experience documentation requirements

1. Work order/ Contract clearly highlighting the scope of work, Bill of Material and value of the contract/order. 2. Completion Certificate issued & signed by the competent authority of the client entity on the entity’s Letterhead

Given that smart cities is a relatively new domain in India and many of the references would be international projects, it may be difficult to provide copy of WO/contract/completion certificate since most governments prohibit sharing of such sensitive documents across borders. Instead, request client to consider self attested certificates.

RFP Conditions Prevail.

1879. 45 Volume 1, Section 5.1 (a)

The Bidder (any member of consortium) shall have any one of the following Certifications valid at the time of Bidding:

As ISO 9001family addresses various aspects of quality management, We request the authority to also consider

RFP Conditions Prevail.

1880. 45 Volume 1, Section 5.1 (a)

The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation of Integrated Operations Centre/Command and Control Centre integrating at least three (3) different city/campus-wide applications/sensors at the command and control centre for a city wide / campus wide deployment having a minimum value of INR 10 crores per project (excluding civil works) during last seven (7) years.

Projects implemented long time back and still under operations indicate the operational excellence of a bidder in specific domain. So we request the authority to consider the experience of the bidder in implementation of the said work during last 10 years at least.

RFP Conditions Prevail.

1881. 45 Volume 1, Section 5.1 (a)

The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to

We request the authority to consider either implementation or integration of Traffic management system for at least one project and

RFP Conditions Prevail.

Page 468: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

468

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

implementation of Integrated Traffic Management System integrating at least three (3) different components from the below list on a single application having a minimum value of INR 7 crores per project (excluding civil works) during last seven (7) years. Components: 1. Red Light Violation Detection Systems

to also include other essentials components in traffic management in which the bidder should have experience in any three components from the list given below : 1)Red Light Violation Detection Systems

1882. 45 Section 1. F; 5.1 (a); S.No 9

The bidder shall have experience on at least two AVL projects for intra-city public transit system with a fleet of at least 50 buses wherein the bidder shall have provided AVL system software and hardware to monitor, manage and control transit operations. In addition, the bidder should have integrated the AVL system with the Passenger Information sub-system to provide route and ETA (expected travel arrival) to passengers. The AVL projects should have been commissioned within the past 7 (seven) years from the date of submission of the bid and should have been in commercial operations for at least one year after successful system acceptance.

The bidder shall have supplied at least two AVL projects to monitor, manage and control transit operations. In addition, the bidder should have an integrated solution with the Passenger Information sub-system to provide route and ETA (expected travel arrival) to passengers. The AVL projects should have been commissioned within the past 7 (seven) years from the date of submission of the bid and should have been in commercial operations for at least one year after successful system acceptance. Customer letter detailing completion be sufficient

Refer to Corrigendum.

1883. 45 ICOMC_MSI_RFP_BBSR

The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to

Please include Automatic Number Plate Recognition system in this criteria. Please revised this clause as "The Bidder (any member in

RFP Conditions Prevail.

Page 469: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

469

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

implementation of Integrated Traffic Management System integrating at least three (3) different components from the below list on a single application having a minimum value of INR 7 crores per project (excluding civil works) during last seven (7) years. Components: 1. Red Light Violation Detection Systems 2. Automatic Traffic Counters & Classifiers 3. Dynamic Message Signs 4. Public Address (PA) System

case of consortium) shall have successfully executed at least two (2) projects related to implementation of Integrated Traffic Management System integrating at least two (2) different components from the below list on a single application having a minimum value of INR 7 crores per project (excluding civil works) during last seven (7) years. Components: 1. Red Light Violation Detection Systems 2. Automatic Traffic Counters & Classifiers / Automatic Number Plate Recognition 3. Dynamic Message Signs 4. Public Address (PA) System"

1884. 45 ICOMC_MSI_RFP_BBSR

The bidder shall have experience on at least two AVL projects for intra-city public transit system with a fleet of at least 50 buses wherein the bidder shall have provided AVL system software and hardware to monitor, manage and control transit operations. In addition, the bidder should have integrated the AVL system with the Passenger Information sub- system to provide route and ETA (expected travel arrival) to passengers. The AVL projects should have been commissioned within the past 7 (seven) years from the date

It is a one minor component of Smart City Infrastructure. Kindly remove this clause.

RFP Conditions Prevail.

Page 470: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

470

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

of submission of the bid and should have been in commercial operations for at least one year after successful system acceptance.

1885. 45 RFP Volume 1 -Section 1. Instructions to Bidders

The Bidder (any member of consortium) shall have any one of the following Certifications valid at the time of Bidding: • ISO 9001:2015 • ISO 20000:2011 for IT Service Management or equivalent certification • ISO 27001:2013 for Information Security Management System or equivalent certification

In Addition to these ISO Certificates, Kindly make CMMI Level 5 mandatory for participation. This is must for an opprotunity of this magnitude and complexity.

RFP Conditions Prevail.

1886. 45 5.1.a.-8 1. Red Light Violation Detection Systems 2. Automatic Traffic Counters & Classifiers 3. Dynamic Message Signs 4. Public Address (PA) System

Does the city as of now uses any redlight monitoring system like system from C-Dac etc.

The city presently uses RLVD system only at one signal i.e. AG Chowk with control room at Police Commissioner ate.

1887. 45 5.1.a.-8 1. Red Light Violation Detection Systems 2. Automatic Traffic Counters & Classifiers 3. Dynamic Message Signs 4. Public Address (PA) System

Does the city has any PAS system as of now, if yes then what is the kind of signal carrier, speaker wattage

The bidder shall undertake his own due diligence for this purpose.

1888. 45 5.1.a.-9 AVL projects for intra-city public transit system with a fleet of at least 50 buses wherein the bidder shall have provided AVL system software and hardware to monitor, manage and control transit operations

How many bus depots are there in the city ? Do the buses operate in dual shift or single ?

Kindly refer Section 5: Technical Requirements for details.

1889. 45 5.1.a.-9 AVL projects for intra-city public transit system with a fleet of at

Is there a need for Depot Management System?

Yes. Kindly refer Section 5: Technical Requirements for

Page 471: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

471

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

least 50 buses wherein the bidder shall have provided AVL system software and hardware to monitor, manage and control transit operations

details.

1890. 45 5.1.a.-9 AVL projects for intra-city public transit system with a fleet of at least 50 buses wherein the bidder shall have provided AVL system software and hardware to monitor, manage and control transit operations

How many vehicles are with GPS and how many vehicles are not with GPS?

The RFP conditions are self-explanatory.

1891. 45 Section 1, Bid Data Sheet, Sub-Section 5.1 (a) - Qualification Criteria - Point 9 - Transit ITS

The bidder shall have experience on at least two AVL projects for intra-city public transit system with a fleet of at least 50 buses wherein the bidder shall have provided AVL system software and hardware to monitor, manage and control transit operations. In addition, the bidder should have integrated the AVL system with the Passenger Information sub-system to provide route and ETA (expected travel arrival) to passengers. The AVL projects should have been commissioned within the past 7 (seven) years from the date of submission of the bid and should have been in commercial operations for at least one year after successful system acceptance.

The bidder shall have experience on at least two AVL projects for intra-city public transit system with a fleet of at least 50 Vehicles wherein the bidder shall have provided AVL system software and hardware to monitor, manage and control transit operations. In addition, the bidder should have integrated the AVL system with the Passenger Information sub-system to provide route and ETA (expected travel arrival) to passengers. The AVL projects should have been commissioned within the past 7 (seven) years from the date of submission of the bid and should have been in commercial operations for at least one year after successful system acceptance.

RFP Conditions Prevail.

1892. 45 5.1(a) pt 10 The Bidder (any member in case of consortium) shall have successfully executed at least

Sir, We kindly request you to remove the valuation of the project completely as being done in pt 9 45

RFP Conditions Prevail.

Page 472: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

472

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

two (2) projects related to implementation of Outside Plant Fibre Optic Passive Infrastructure of at least 200 km or Active infrastructure with at least 100 nodes per project having a minimum value of INR 10 crores per project during last seven (7) years.

Section 5.1(a) of this RFP.

1893. 46 5.1 a, criteria 12

Bidder experience in ERP Bidder should have experience in proposed ERP solution as part of this tender. Is the understanding right ?

The RFP conditions are self-explanatory.

1894. 46 5.1 a, criteria 12

ERP solution will be back bone of smart city project which will drive efficiency across BSCL organization and help in rolling out multiple initiatives so proposed ERP solution should be time tested in Indian environment and being used in ULB's across India. so there should be quaification criteria such that " The proposed ERP solution should have OEM published product road map for at least 7 years from the date of bid submission ". It would help BSCL to realize benefits out of investments. please incorporate this criteria for qualification.

RFP Conditions Prevail.

1895. 46 Volume 1, Section 5.1 (a)

Transit ITS : Sole Bidder/any Member of Consortium/Sub- Contractor(s): 1. Work order/ Contract clearly highlighting the scope of work, Bill of Material and value of the contract/order. 2. Completion Certificate issued

As the completion certificate could well showcase the current status of the project along with budget and various phases of implementation, We request the authority to consider either the work order or the client certificate for proof of the bidder’s experience. Also we

RFP Conditions Prevail.

Page 473: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

473

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

& signed by the competent authority of the client entity on the entity’s Letterhead In case of large orders/orders with operations & maintenance phase, the completion may specify successful execution and in-operation status of a part of the order meeting the requirement.

request the authority to consider the invoice in place of client certificate if in any case the client certificate is not available.

1896. 46 ICOMC-WiFi_MSI_RFP_BBSR, Section 1- 5.1(a) (11) PQ Criteria

The Bidder (any member in case of consortium) shall be a licensed ISP in India and shall have experience of implementation and operations of at least two (2) City wide / campus wide Wi-Fi Projects consisting of over 75 Access Points per project during last seven (7) years.

The Bidder (any member in case of consortium) shall be licensed ISP in India and shall have experience of implementation and operations of at least two (2) City wide / campus wide Wi-Fi Projects consisting of over 75 Access Points per project during last seven (7) years.

Refer to Corrigendum.

1897. 46 ICOMC_MSI_RFP_BBSR

The Bidder (any member in case of consortium) shall be a licensed ISP in India and shall have experience of implementation and operations of at least two (2) City wide / campus wide Wi-Fi Projects consisting of over 75 Access Points per project during last seven (7) years

Generally System Integrator can not have a ISP license. This clause forcing to make a consortium with ISP. Kindly remove this clause. Please revised the clause as " The Bidder (any member in case of consortium) shall have experience of implementation and operations of at least one City wide / campus wide Wi-Fi Project consisting of 150 Access Points or two City wide / campus wide Wi-Fi Projects consisting of 75 Access Points per project during last seven (7) years

RFP Conditions Prevail.

1898. 46 ICOMC_MSI_RFP_BBSR

The Bidder (any member in case of consortium) shall have

It is a one minor component of Smart City Infrastructure. Kindly

RFP Conditions Prevail.

Page 474: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

474

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

successfully executed at least two (2) projects related to implementation/integration and support of ERP system including finance, utility billing, and maintenance & asset management modules (with at least 2 of these modules) having a minimum value of INR 10 crores per project during last seven (7) years.

remove this clause.

1899. 46 Section 1- 5.1 (a) - Qualification Criteria

12. The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation/integration and support of ERP system including finance, utility billing, and maintenance & asset management modules (with at least 2 of these modules) having a minimum value of INR 10 crores per project during last seven (7) years.

We request you to kindly change this to "The Bidder (any member in case of consortium) shall have successfully executed at least One (1) project of value Rs.20 Crores OR Two (2) projects of value each Rs.10 Crores, related to implementation / integration and support of ERP system including finance, utility billing, and maintenance & asset management modules (with at least 2 of these modules) during last seven (7) years"

RFP Conditions Prevail.

1900. 46 5.1 (a) 11 The Bidder (any member in case of consortium) shall be a licensed ISP in India and shall have experience of implementation and operations of at least two (2) City wide / campus wide Wi-Fi Projects consisting of over 75 Access Points per project during last seven (7) years.

Request you to amend the clause as "The Bidder (any member in case of consortium) shall have experience of implementation and operations of at least two (2) City wide / campus wide Wi-Fi Projects consisting of over 75 Access Points per project during last seven (7) years.

RFP Conditions Prevail.

1901. 46 5.1.a.-12 ERP system including finance, utility billing, and maintenance &

How many services needs to be included in the ERP ?

The RFP conditions are self-explanatory.

Page 475: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

475

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

asset management modules

1902. 46 Section 1, Bid Data Sheet, Sub-Section 5.1 (a) - Qualification Criteria - Point 11 - ICT- WiFi

The Bidder (any member in case of consortium) shall be a licensed ISP in India and shall have experience of implementation and operations of at least two (2) City wide / campus wide Wi-Fi Projects consisting of over 75 Access Points per project during last seven (7) years.

To be changed to: The Bidder (any member in case of consortium) shall have experience of implementation and operations of at least two (2) City wide / campus wide Wi-Fi Projects consisting of over 75 Access Points during last seven (7) years.

RFP Conditions Prevail.

1903. 46 Section-1, Clause-5.1 (a) -8

The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation of Integrated Traffic Management System integrating at least three (3) different components from the below list on a single application having a minimum value of INR 7 crores per project (excluding civil works) during last seven (7) years. Components: 1) Red Light Violation Detection Systems 2) Automatic Traffic Counters & Classifier 3) Dynamic Message Signs 4) Public Address (PA) System

As the ITMS is being deployed recently in India and not many system integrators who has done this over last 7 years , we request you to change the minimum value to 1 Crs per project. Correspondingly assign maximum points to 2 Projects.

RFP Conditions Prevail.

1904. 46 5.1(a) Point 12 The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation/integration and support of ERP system including finance, utility billing, and maintenance & asset

Sir, We kindly request you to remove the valuation of the project completely as being done in pt 9 45 Section 5.1(a) of this RFP.

RFP Conditions Prevail.

Page 476: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

476

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

management modules (with at least 2 of these modules) having a minimum value of INR 10 crores per project during last seven (7) years.

1905. 47 12 The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation/integration and support of ERP system including finance, utility billing, and maintenance & asset management modules (with at least 2 of these modules) having a minimum value of INR 10 crores per project during last seven (7) years.

While the Prequalification states the qualification of the Bidder, it is always essential that the OEM / COTS related qualification criteria is stated in the RFP. Hence request you to please include the following clause for OEM qualifcation criteria: The ERP solution shall be based on a globally used and proven, fully integrated but modular Commercially Off The Shelf - Enterprise Resource Planning (COTS - ERP) Product, covering all the key modules required as mentioned in the RFP – ERP section. COTS means commercially Off-The-Shelf: The solution should be available Commercially Off-The-Shelf (COTS). The software application should be readily deployable with or without configuration to suit the customer’s specific process requirements and does not involve developing the application from scratch. COTS software shall be implementable or deployable and maintainable by any other competent agency other than the manufacturer or agency which has developed the COTS software. Proposed COTS software solution

RFP Conditions Prevail.

Page 477: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

477

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

shall also be available with complete transparency including operation manuals, help documents and source code for customization. The ERP Solution should have been implemented in atleast one ULBs in India covering atleast two of the modules of the ERP Scope of this Tender in last 10 years.

1906. 47 12 The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation/integration and support of ERP system including finance, utility billing, and maintenance & asset management modules (with at least 2 of these modules) having a minimum value of INR 10 crores per project during last seven (7) years.

While the Prequalification states the qualification of the Bidder, it is always essential that the OEM / COTS related qualification criteria is stated in the RFP. Hence request you to please include the following clause for OEM qualifcation criteria: Ø ERP software has more than five implementation in government and public sector agencies in India Ø ERP software is an enterprise wide integrated application Ø ERP software comes with the Source Code for Customization Ø ERP supports localization features for India taxes and provides the legal changes for these taxes as a support package from time to time Ø ERP is completely scalable and supports large enterprise implementation Ø ERP supports generic security features required for enterprise application Ø ERP Provides solution manager, which integrated tool for monitoring of the implementation,

RFP Conditions Prevail.

Page 478: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

478

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

administration and operation of the software. Ø Should offer 24X7, SLA based support Ø Should have more than 10 partners who can implement / support the proposed ERP. Ø Has development center in India with more than 1000 Developers.

1907. 47 5.1 a, criteria 13

Bidder experience in E- governance

Bidder should have experience in proposed E governance solution as part of this tender. Is the understanding right ?

The RFP conditions are self-explanatory.

1908. 47 ICOMC_MSI_RFP_BBSR, Section 1- 5.1(a) (14) PQ Criteria

The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation of a parking management platform consisting of three or more parking lots during last seven (7) years.

The Bidder (any member in case of consortium) shall have successfully executed at least two (2) One (1) projects related to implementation of a parking management platform consisting of three or more parking lots during last seven (7) years.

Refer to Corrigendum.

1909. 47 ICOMC_MSI_RFP_BBSR, Section 1- 5.1(a) (15) PQ Criteria

The sole bidder or the consortium shall meet at least 4 out of 8 project experiences required as part of Criteria 7-14 and remaining criteria in Criteria 7-14 can be met by sub-contractor(s).

The sole bidder or the consortium shall meet at least 3 out of 8 project experiences required as part of Criteria 7-14 and remaining criteria in Criteria 7-14 can be met by sub-contractor(s).

RFP Conditions Prevail.

1910. 47 Section 1. F; 5.1 (a); S.No 14

The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation of a parking management platform consisting of three or more parking lots during last seven (7) years.

The Bidder (any member in case of consortium) shall have successfully executed PoC/Pilot or projects related to implementation of a parking management platform consisting of three or more parking lots during last seven (7) years.

RFP Conditions Prevail.

Page 479: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

479

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

1911. 47 Section 5.1 (a), S. No 13

The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation/integration and support of citizen centric e‐Governance applications integrating at least four (4) different municipal services (excluding CCTV system) having a minimum value of INR 5 crores per project during last seven (7) years. Documentary Evidence 1. Work order/ Contract clearly highlighting the scope of work, Bill of Material and value of the contract/order. 2. Completion Certificate issued & signed by the competent authority of the client entity on the entity’s Letterhead In case of large

As the clause intends to judge the successful execution of citizen centric eGovernance applications, keeping it specific to integration with four different municipal services seems to be restrictive in nature. Hence, we request revision of the clause as follows. The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation/integration and support of citizen centric e‐ Governance applications integrating at least four (4) different municipal / public services (excluding CCTV system) having a minimum value of INR 5 crores per project during last seven (7) years. 1. Work order/ Contract clearly highlighting the scope of work, Bill of Material and value of the contract/order/Go‐Live Certificate.

Refer to Corrigendum.

1912. 47 E-Governance point 13 Eligibility point no 5.1(a)

OEM proposed by the Bidder shall be in compliance to National Security Policy of Government of India.

Query not clear.

1913. 47 ICOMC_MSI_RFP_BBSR

The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation of a parking management platform

It is a one minor component of Smart City Infrastructure. Kindly remove this clause.

RFP Conditions Prevail.

Page 480: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

480

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

consisting of three or more parking lots during last seven (7) years.

1914. 47 ICOMC_MSI_RFP_BBSR

The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation/integration and support of citizen centric e- Governance applications integrating at least four (4) different municipal services (excluding CCTV system) having a minimum value of INR 5 crores per project during last seven (7) years.

Please amend this clause as " The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation/integration and support of citizen centric e- Governance applications / IT / Ites / ICT Infrastructure Projects having a minimum value of INR 5 crores per project during last seven (7) years.

Refer to Corrigendum.

1915. 47 ICOMC_MSI_RFP_BBSR

The sole bidder or the consortium shall meet at least 4 out of 8 project experiences required as part of Criteria 7-14 and remaining criteria in Criteria 7-14 can be met by sub- contractor(s)

Please consider the OEMs criteria also for the same.

RFP Conditions Prevail.

1916. 47 RFP Vol I, Section 1 - "Instruction to Bidders" clause 5.1(a), point no 13

The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation/integration and support of citizen centric e-Governance applications integrating at least four (4) different municipal services (excluding CCTV system) having a minimum value of INR 5 crores per project during last seven (7) years.

We request you to please allow integration of citizen centric services or municipal services experiences in place of municipal services experience only

Refer to Corrigendum.

Page 481: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

481

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

1917. 47 RFP Vol I, Section 1 - "Instruction to Bidders"

The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation/integration and support of citizen centric e-Governance applications integrating at least four (4) different municipal services (excluding CCTV system) having a minimum value of INR 5 crores per project during last seven (7) years.

We suggest eligibility criteria as below: The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation/integration and support of citizen centric applications* integrating at least four (4) different services (excluding CCTV system) having a minimum value of INR 5 crores per project during last seven (7) years. *Citizen Centric Applications to include citizen facing implementations in Government / PSU / PSU Banks

Refer to Corrigendum.

1918. 47 RFP Vol I, Section 1 - "Instruction to Bidders"

2. Completion Certificate issued & signed by the competent authority of the client entity on the entity’s Letterhead

We request BSCL to consider Order Copies and Installation/Training reports as an alternative to Completion Certificates

RFP Conditions Prevail.

1919. 47 Section 1 - 5.1 (a) - Qualification Criteria

13. The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation/integration and support of citizen centric e-Governance applications integrating at least four (4) different municipal services (excluding CCTV system) having a minimum value of INR 5 crores per project during last seven (7) years.

We request you kindly consider changing this to "The Bidder (any member in case of consortium) shall have successfully executed at least One (1) Project of value at least Rs.20 Crores OR Two (2) projects of value each at least Rs.10 Crores, related to implementation / integration and support of citizen centric e-Governance applications integrating at least four (4) different municipal services (excluding CCTV system) during last seven (7) years"

Refer to Corrigendum.

Page 482: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

482

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

1920. 47 5.1 (a) 15 The sole bidder or the consortium shall meet at least 4 out of 8 project experiences required as part of Criteria 7-14 and remaining criteria in Criteria 7-14 can be met by sub-contractor(s).

Kindly amend the clause "The sole bidder or the consortium shall meet at least 6 out of 8 project experiences required as part of Criteria 7-14 ".

RFP Conditions Prevail.

1921. 47 Section 1. Instruction to the Bidder. Point No. 5.1(a) 11 ICT Wi-FI

The Bidder (any member in case of consortium) shall be a licensed ISP in India and shall have experience of implementation and operations of at least two (2) City wide / campus wide Wi-Fi Projects consisting of over 75 Access Points per project during last seven (7) years.

Please specify the category of License required by ISP i.e A/B/C. It is als orequested to segregate the experience of Wi-Fi rom the ISP to any member of the consortium.

RFP Conditions Prevail.

1922. 47 5.1.a.-14 parking management platform consisting of three or more parking lots

Does the parkign includes on the road and off the Road ?

RFP Conditions Prevail.

1923. 47 Section-1, Clause-5.1 (a) -10

The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation of Outside Plant Fibre Optic Passive Infrastructure of at least 200 km or Active infrastructure with at least 100 nodes per project having a minimum value of INR 10 crores per project during last seven (7) years.

we request to rephrase the clause to The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation of Outside Plant Fibre Optic Passive Infrastructure of at least 200 km and Active infrastructure with at least 10 nodes per project having a minimum value of INR 5 crores per project during last seven (7) years.

RFP Conditions Prevail.

1924. 47 Section-1, Clause-5.1 (a) -12

The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to

We request you to reduce the minimum value to 3.5 Crs per project to have a better partcipation by multiple bidders.

RFP Conditions Prevail.

Page 483: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

483

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

implementation/integration and support of ERP system including finance, utility billing, and maintenance & asset management modules (with at least 2 of these modules) having a minimum value of INR 10 crores per project during last seven (7) years.

1925. 47 Section-1, Clause-5.1 (a) -14

The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation of a parking management platform consisting of three or more parking lots during last seven (7) years.

we request you to change the requirement to " The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation of a parking management platform with sensors and remote management consisting of three or more parking lots during last seven (7) years."

Refer to Corrigendum.

1926. 48 Section 1. Instruction to the Bidder. Point No. 5.1(a) 15 Overall

The sole bidder or the consortium shall meet at least 4 out of 8 project experiences required as part of Criteria 7-14 and remaining criteria in Criteria 7-14 can be met by sub-contractor(s).

We understand that under this clause the ISP criteria (as required under point no. 5.1 (a) 11 ICT-WiFi) can be met by making the ISP as a sub-contractor . Please confirm if understanding is correct. Otherwise please clarify.

Yes.

1927. 48 Volume 1,Clause 5.1 Qualifications of Bidder

The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation/integration and support of citizen centric e-Governance applications integrating at least four (4) different municipal services (excluding CCTV system) having a minimum value of INR 5 crores

Utilities such as Water,Sewerage, Power and gas are an integral part of Municipal services and hence we request you consider the clause to include in it Utilities functions as follows "at least two (2) projects related to implementation /integration and support of citizen centric e-Governance applications integrating

Refer to Corrigendum.

Page 484: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

484

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

per project during last seven (7) years.

at least four (4) different Municipal / Utilities Functions"

1928. 48 Section 1, Bid Data Sheet, Sub-Section 5.1 (a) - Qualification Criteria - Point 14 - Parking

The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation of a parking management platform consisting of three or more parking lots during last seven (7) years.

To be changed to: The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation of a parking management platform during last seven (7) years.

RFP Conditions Prevail.

1929. 48 ITB-5.4 We request the following change to this clause: “The detailsofthesub-contractingagreements(ifany)betweenboththeparties would be required to be submitted to Client along with biddocuments with a redactment of commercials.” Query: The prime partner cannot submit all the details in the subcontracting agreement as it has confidentiality requirements to be adhered to. If necessary, we will be able to submit a copy blinding the commercials.

As per RFP.

1930. 48 5.1 C Manufacturer's Authorizations in the form of certificates for Information Technologies are required for the following types/categories:

You have not mentioned Storage in the categories mentioned. Please inform if Storage OEM do not have to submit Manufacturer's Authorizations

Refer to Addendum.

1931. 49 EMD, Section 1: ITB F. Bid Data Sheet Clause No. 19

An EMD of INR 6,00,00,000 (Indian Rupees Six Crores Only) in the form of a unconditional and irrevocable bank guarantee from any Scheduled Commercial

As per RBI guidelines for issue of BG, following Beneficiary Bank Details are required. Kindly give the details:

The bank details of Bhubaneswar Smart City Ltd. are provided below: - • A/c Name – Bhubaneswar Smart City Limited

Page 485: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

485

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

(a) Bank in India and drawn in favour of the Bhubaneswar Smart City Limited and payable at Bhubaneswar, must be submitted along with the Proposal.

1) Name of Bank 2) Bank address 3) Bank Account No: 4) IFSC CODE 5) MISR CODE 6) BRANCH CODE

• Bank – State Bank of India • Branch – Secretariat Branch • A/c No. 35706071380 • IFSC Code – SBIN0010236

1932. 49 Section 1. Instruction to the Bidder. Point No. 5.4 Sub-Contractors

Allowed for sub-systems/components as defined below:

Please clarify if the sub-contractors can be part of Multiple Bids where the Bidder is using the experience of the Sub-Contractor to qualify for the bids.

Yes. Kindly refer 5.4 of RFP Section 1: Instruction to Bidder.

1933. 49 Section 1. Instruction to the Bidder. Point No. 5.4 Sub-Contractors

* Fibre optic network build, other cabling and fixtures work, and all civil work during implementation.

Please clarify if the sub-contractors can be part of Multiple Bids where the Bidder is using the experience of the Sub-Contractor to qualify for the bids.

Yes. Kindly refer 5.4 of RFP Section 1: Instruction to Bidder.

1934. 49 Section 1. Instruction to the Bidder. Point No. 5.4 Sub-Contractors

* Civil, Electrical and Cabling works related to MSI solution.

Please clarify if the sub-contractors can be part of Multiple Bids where the Bidder is using the experience of the Sub-Contractor to qualify for the bids.

Yes. Kindly refer 5.4 of RFP Section 1: Instruction to Bidder.

1935. 49 Section 1. Instruction to the Bidder. Point No. 5.4 Sub-Contractors

* Infrastructure works at Command and Control Centre.

Please clarify if the sub-contractors can be part of Multiple Bids where the Bidder is using the experience of the Sub-Contractor to qualify for the bids.

Yes. Kindly refer 5.4 of RFP Section 1: Instruction to Bidder.

1936. 49 Section 1. Instruction to the Bidder. Point No. 5.4 Sub-Contractors

* As per BDS for ITB 5.1 (a) Please clarify if the sub-contractors can be part of Multiple Bids where the Bidder is using the experience of the Sub-Contractor to qualify for the bids.

Yes. Kindly refer 5.4 of RFP Section 1: Instruction to Bidder.

Page 486: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

486

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

1937. 49 Section 1. Instruction to the Bidder. Point No. 5.4 Sub-Contractors

If the work is sub-contracted, the sole responsibility of the work shall lie with the partner in charge. The partner in charge shall be held responsible for any delay/error/non-compliance etc. of its sub-contracted vendor. The details of the sub-contracting agreements (if any) between both the parties would be required to be submitted to Client along with bid documents.

Please clarify if the sub-contractors can be part of Multiple Bids where the Bidder is using the experience of the Sub-Contractor to qualify for the bids.

Yes. Kindly refer 5.4 of RFP Section 1: Instruction to Bidder.

1938. 49 Section 1. Instruction to the Bidder. Point No. 5.4 Sub-Contractors

Note: The Bidder will not be allowed to change any sub-contractor during any stage of the Contract. If the Bidder changes any sub-contractor, the bid/Contract shall be liable for rejection.

Please clarify if the sub-contractors can be part of Multiple Bids where the Bidder is using the experience of the Sub-Contractor to qualify for the bids.

Yes. Kindly refer 5.4 of RFP Section 1: Instruction to Bidder.

1939. 49 Section 1. Instruction to the Bidder. Point No. 5.4 Sub-Contractors

JV/Consortium: Bids from JV/Consortium of up to four members are accepted provided the JV/Consortium as a whole meets all the eligibility/qualification criteria.

Please clarify if the sub-contractors can be part of Multiple Bids where the Bidder is using the experience of the Sub-Contractor to qualify for the bids.

Yes. Kindly refer 5.4 of RFP Section 1: Instruction to Bidder.

1940. 50 29. Technical Proposal (Envelope B) 2. Project Experience 2.1

The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation of Integrated Operations Centre/Command and Control Centre integrating at least three (3) different city/campus-wide applications/sensors at the command and control centre for a city wide / campus wide

We request that the OEM Experience also be considred for the qualification purpose. We also request you to have the minimum value of 10 CR removed and modified is as integrated with minimum 500 Cameras or sensors instead. we request that the modified clause reads as " The Bidder (any member

RFP Conditions Prevail.

Page 487: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

487

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

deployment having a minimum value of INR 10 crores per project (excluding civil works) during last seven (7) years. Number of Projects: 1) 2 Projects : 3 Marks 2) >2 and <5 Projects : 7 Marks 3) >5 Projects: 10 Marks

in case of consortium) shall have successfully executed at least two (2) projects related to implementation of Integrated Operations Centre/Command and Control Centre integrating at least 500 Cameras / Sensors at the command and control centre for a city wide / campus wide deployment, during last seven (7) years. Number of Projects: 1) 2 Projects : 3 Marks 2) >2 and <5 Projects : 7 Marks 3) >5 Projects: 10 Marks

1941. 50 29. Technical Proposal (Envelope B) 2. Project Experience 2.3

The bidder shall have experience on at least two AVL projects for intra-city public transit system with a fleet of at least 50 buses wherein the bidder shall have provided AVL system software and hardware to monitor, manage and control transit operations. In addition, the bidder should have integrated the AVL system with the Passenger Information sub-system to provide route and ETA (expected travel arrival) to passengers. The AVL projects should have been commissioned within the past 7 (seven) years from the date of submission of the bid and should have been in commercial operations for at least one year after successful

We request that the OEM Experience also be considred for the qualification purpose. We also request you to consider AVL projects that has Emergency Vehicles / Ambuances in the fleet and modify the Clause to read as " The bidder shall have experience on at least two AVL projects for Solid Waste Management / Emergency Response Managment or intra-city public transit system with a fleet of at least 50 Vehicles ( Municipal Vehicles / Police Vehicles / PCR Vehicles / Ambulances / Buses ) wherein the bidder shall have provided AVL system software and hardware to monitor, manage and control transit operations.The AVL projects should have been

Refer to Corrigendum.

Page 488: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

488

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

system acceptance. Number of Projects: 1) 2 Projects : 3 Marks 2) >2 and <5 Projects : 5 Marks 3) >5 Projects: 7.5 Marks

commissioned within the past 7 (seven) years from the date of submission of the bid and should have been in commercial operations for at least one year after successful system acceptance." Number of Projects: 1) 2 Projects : 3 Marks 2) >2 and <5 Projects : 5 Marks 3) >5 Projects: 7.5 Marks

1942. 50 Section 1. Instructions to Bidders, Clause 19(a)

An EMD of INR 6,00,00,000 (Indian Rupees Six Crores Only) in the form of a unconditional and irrevocable bank guarantee from any Scheduled Commercial Bank in India and drawn in favour of the Bhubaneswar Smart City Limited and payable at Bhubaneswar, must be submitted along with the Proposal.

Central Govt. PSUs may be exempted from this requirement of EMD. It is brought to your kind notice that other Smart City tenders relaxed the EMD and tender document fee for Govt.agencies( copy enclosed)

RFP Conditions Prevail.

1943. 50 ICOMC_MSI_RFP, 29. Technical Proposal (Envelope B) 2. Project Experience 2.1

The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation of Integrated Operations Centre/Command and Control Centre integrating at least three (3) different city/campus-wide applications/sensors at the command and control centre for a city wide / campus wide deployment having a minimum value of INR 10 crores per

We request that the OEM Experience also be considred for the qualification purpose. We also request you to have the minimum value of 10 CR removed and modified is as integrated with minimum 500 Cameras or sensors instead. We request that the modified clause reads as " The Bidder (any member in case of consortium) shall have successfully executed at least two

RFP Conditions Prevail.

Page 489: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

489

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

project (excluding civil works) during last seven (7) years. Number of Projects: 1) 2 Projects : 3 Marks 2) >2 and <5 Projects : 7 Marks 3) >5 Projects: 10 Marks

(2) projects related to implementation of Integrated Operations Centre/Command and Control Centre integrating at least 500 Cameras / Sensors at the command and control centre for a city wide / campus wide deployment, during last seven (7) years. Number of Projects: 1) 2 Projects : 3 Marks 2) >2 and <5 Projects : 7 Marks 3) >5 Projects: 10 Marks

1944. 50 ICOMC_MSI_RFP, 29. Technical Proposal (Envelope B) 2. Project Experience 2.3

The bidder shall have experience on at least two AVL projects for intra-city public transit system with a fleet of at least 50 buses wherein the bidder shall have provided AVL system software and hardware to monitor, manage and control transit operations. In addition, the bidder should have integrated the AVL system with the Passenger Information sub-system to provide route and ETA (expected travel arrival) to passengers. The AVL projects should have been commissioned within the past 7 (seven) years from the date of submission of the bid and should have been in commercial operations for at least one year after successful system acceptance.

We request that the OEM Experience also be considred for the qualification purpose. We also request you to consider AVL projects that has Emergency Vehicles / Ambuances in the fleet and modify the Clause to read as " The bidder shall have experience on at least two AVL projects for Solid Waste Management / Emergency Response Managment or intra-city public transit system with a fleet of at least 50 Vehicles ( Municipal Vehicles / Police Vehicles / PCR Vehicles / Ambulances / Buses ) wherein the bidder shall have provided AVL system software and hardware to monitor, manage and control transit operations.The AVL projects should have been commissioned within the past 7 (seven) years from the date of

Refer to Corrigendum.

Page 490: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

490

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Number of Projects: 1) 2 Projects : 3 Marks 2) >2 and <5 Projects : 5 Marks 3) >5 Projects: 7.5 Marks

submission of the bid and should have been in commercial operations for at least one year after successful system acceptance." Number of Projects: 1) 2 Projects : 3 Marks 2) >2 and <5 Projects : 5 Marks 3) >5 Projects: 7.5 Marks

1945. 50 Section 1, Bid Data Sheet, Sub -Section 29- Technical Proposal - Tech. Evaluation Criteria - Point 1.1 - Company Profile

The Bidder/Consortium shall have an average annual turnover of INR 1,000 Crores over the last three (3) Financial Years. In case of Consortium, at least 50% of the turnover criteria shall be met by the Partner In charge and the remaining can be satisfied by the other Consortium partners. Lead member or Consortium members shall be into one of the following specific business areas. Specific Business Areas • ICT Infrastructure • Telecom Infrastructure • IT System Integration Services Annual Turnover: 1) >1000 and < 1200 Crores: 3 Marks 2) >1200 and < 1500 Crores : 7 Marks 3) >1500 Crores : 10 Marks

To be changed to: The Bidder/Consortium shall have an average annual turnover of INR 1,000 Crores over the last three (3) Financial Years. In case of Consortium, at least 50% of the turnover criteria shall be met by the Partner In charge and the remaining can be satisfied by the other Consortium partners. Lead member or Consortium members shall be into one of the following specific business areas. Specific Business Areas • ICT Infrastructure • Telecom Infrastructure • IT System/ System Integration Services Annual Turnover: 1) >1000 and < 1200 Crores: 3 Marks 2) >1200 and < 1500 Crores : 7 Marks 3) >1500 Crores : 10 Marks

Refer to Corrigendum.

1946. 50 Section 29 Evaluation Criteria

The Bidder/Consortium shall have an average annual turnover of INR 1,000 Crores over the last

Sir, We have made a request for relaxation of Turnover of 10000 million to 7000 for all consortium

Refer to Corrigendum.

Page 491: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

491

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Matrix(1.1) three (3) Financial Years. In case of Consortium, at least 50% of the turnover criteria shall be met by the Partner In charge and the remaining can be satisfied by the other Consortium partners. Lead member or Consortium members shall be into one of the following specific business areas. Specific Business Areas • ICT Infrastructure • Telecom Infrastructure • IT System Integration Services Annual Turnover: 1) >1000 and < 1200 Crores : 3 Marks 2) >1200 and < 1500 Crores : 7 Marks 3) >1500 Crores : 10 Marks

put together or single bidder. We make request to change the markings accordingly.

1947. 50 ITB-29 Statutory auditor’s certificate clearly specifying the annual turnover for the specified years.

Query: Bidder can provide for certificate endorsed by the Company Secretary (statutory post) of the company. We request removal of the requirement to submit a statutory auditor’s certificate.

RFP Conditions Prevail.

1948. 51 Volume 1, Section 29

The Bidder/Consortium shall have an average annual turnover of INR 1,000 Crores over the last three (3) Financial Years. In case of Consortium, at least 50% of the turnover criteria shall be met by the Partner In charge and the remaining can be satisfied by the other Consortium partners. Lead member or Consortium

In order to increase participation of more competitive bidder’s we request the authority to modify the scoring matrix of the annual turnover criteria as Annual Turnover:- 1)>300 and<500 Crores : 3 marks 2)>500 and <1000 Crores: 7 Marks 3)> 1000 crores:10 Marks

Refer to Corrigendum.

Page 492: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

492

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

members shall be into one of the following specific business areas. Specific Business Areas • ICT Infrastructure • Telecom Infrastructure • IT System Integration Services Annual Turnover: 1) >1000 and < 1200 Crores : 3 Marks 2) >1200 and < 1500 Crores : 7 Marks 3) >1500 Crores : 10 Marks

1949. 51 ICOMC_MSI_RFP_BBSR

The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation of Integrated Operations Centre/Command and Control Centre integrating at least three (3) different city/campus-wide applications/sensors at the command and control centre for a city wide / campus wide deployment having a minimum value of INR 10 crores per project (excluding civil works) during last seven (7) years. Number of Projects: 1) 2 Projects : 3 Marks 2) >2 and <5 Projects : 7 Marks 3) >5 Projects: 10 Marks

Please amend this clause as " The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects which involved implementation of Integrated Operations Centre/Command and Control Centre for a city wide / campus wide deployment having a minimum value of INR 10 crores per project during last seven (7) years. Number of Projects: Number of Projects 1) 2 Projects : 3 Marks 2) >2 and <5 Projects : 7 Marks 3) >5 Projects: 10 Marks

RFP Conditions Prevail.

1950. 51 ICOMC_MSI_ The Bidder (any member in case Please include Automatic Number RFP Conditions Prevail.

Page 493: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

493

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

RFP_BBSR of consortium) shall have successfully executed at least two (2) projects related to implementation of Integrated Traffic Management System integrating at least three (3) different components from the below list on a single application having a minimum value of INR 7 crores per project (excluding civil works) during last seven (7) years. Components: 1) Red Light Violation Detection Systems 2) Automatic Traffic Counters & Classifier 3) Dynamic Message Signs 4) Public Address (PA) System Number of Projects: 1) 2 Projects : 3 Marks 2) >2 and <5 Projects : 5 Marks 3) >5 Projects: 7.5 Marks

Plate Recognition system in this criteria. Please revised this clause as "The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation of Integrated Traffic Management System integrating at least two (2) different components from the below list on a single application having a minimum value of INR 7 crores per project (excluding civil works) during last seven (7) years. Components: 1. Red Light Violation Detection Systems 2. Automatic Traffic Counters & Classifiers / Automatic Number Plate Recognition 3. Dynamic Message Signs 4. Public Address (PA) System" Number of Projects: 1) 2 Projects : 3 Marks 2) >2 and <5 Projects : 5 Marks 3) >5 Projects: 7.5 Marks

1951. 51 Section 1 : ITB Clause no. 29. Technical Proposal

1.2 The Bidder (any member in case of consortium) shall have CMMi Certification: Level 3 : 3 marks Level 5 : 5 marks

Kindly clarify the certification to be enclosed for Technical Criteria.

Relevant certificate of CMMi

1952. 51 Section 1 - 29 (1.2) Evaluation criteria

1.2 The Bidder (any member in case of consortium) shall have CMMi Certification: Level 3 : 3 marks Level 5 : 5 marks

Since this point is already covered in Pre-Qualification criteria, this may be removed please.

RFP Conditions Prevail.

Page 494: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

494

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

1953. 51 Section:-29 evaluation of the Technical Proposals:

The Bidder/Consortium shall have an average annual turnover of INR 1,000 Crores over the last three (3) Financial Years. In case of Consortium, at least 50% of the turnover criteria shall be met by the Partner In charge and the remaining can be satisfied by the other Consortium partners. Lead member or Consortium members shall be into one of the following specific business areas. Specific Business Areas • ICT Infrastructure • Telecom Infrastructure • IT System Integration Services Annual Turnover: 1) >1000 and < 1200 Crores : 3 Marks 2) >1200 and < 1500 Crores : 7 Marks 3) >1500 Crores : 10 Marks

Kindly amend the clause like: The Bidder along with Consortium shall have an average annual turnover of INR 1,000 Crores over the last three (3) Financial Years. Lead member or Consortium members shall be into one of the following specific business areas. • ICT Infrastructure • Telecom Infrastructure • IT System Integration Services Annual Turnover: 1) >1000 and < 1200 Crores : 3 Marks 2) >1200 and < 1500 Crores : 7 Marks 3) >1500 Crores : 10 Marks

Refer to Corrigendum.

1954. 51 Section 1 Instruction to the bidders 29 Technical Proposal - (Envelope B)

2 Project Experience: 2.1 to 2.8 The number of projects asked for scoring the maximum marks under each point is 5. 5 numbers of projects are too large under each sention for the bidders to get the maximum marks. The maximum of projects asked under each point should not be more than 3-4. Also minimum no. of projects asked are 2 under each point for which marks allocated range between approximately 20 to 40% of the overall marks under each point. It is

RFP Conditions Prevail.

Page 495: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

495

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

requested to change the same so that bidders which meet the minimum criteria for projects (2 each) are allocated 70% marks under each point and the further slabs are equally adjusted. The maximum of projects asked under each point should not be more than 3-4.

1955. 51 Section 1 Instruction to the bidders 29 Technical Proposal - (Envelope B)

2 Project Experience: 2.1 to 2.8 It is requested that the partailly completed projects / projects under execution should also be aaccpeted as the experience fo the bidder under each requirement.

RFP Conditions Prevail.

1956. 51 Section 1, Bid Data Sheet, Sub -Section 29- Technical Proposal - Tech. Evaluation Criteria - Point 1.2 - Company Profile

The Bidder (any member in case of consortium) shall have CMMi Certification: Level 3 : 3 marks Level 5 : 5 marks

The Bidder (any member in case of consortium)/ OEM shall have CMMi Certification: Level 3 : 3 marks Level 5 : 5 marks

RFP Conditions Prevail.

1957. 51 Section 1, Bid Data Sheet, Sub -Section 29- Technical Proposal - Tech. Evaluation Criteria - Point 2 - Project Experience - Clause 2.2

The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation of Integrated Traffic Management System integrating at least three (3) different components from the below list on a single application having a minimum value of INR 7 crores per project (excluding civil works) during last seven (7)

To be changed to: The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation of Integrated Traffic Management System integrating at least two (2) different components from the below list on a single application having a minimum value of INR 7 crores per project (excluding civil works) during last seven (7)

Refer to Corrigendum.

Page 496: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

496

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

years.Components: 1) Red Light Violation Detection Systems 2) Automatic Traffic Counters & Classifier 3) Dynamic Message Signs 4) Public Address (PA) System Number of Projects: 1) 2 Projects : 3 Marks 2) >2 and <5 Projects : 5 Marks 3) >5 Projects: 7.5 Marks

years.Components: 1) Red Light Violation Detection Systems 2) Automatic Traffic Counters & Classifier 3) Dynamic Message Signs 4) Public Address (PA) System Number of Projects: 1) 2 Projects : 3 Marks 2) >2 and <5 Projects : 5 Marks 3) >5 Projects: 7.5 Marks

1958. 51 Section-1, Clause-29

Evaluation Criteria Table The total marks are summed up to only 92.5. Please clarify about balance points.

As per RFP.

1959. 51 Sec 2.1 The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation of Integrated Operations Centre/Command and Control Centre integrating at least three (3) different city/campus-wide applications/sensors at the command and control centre for a city wide / campus wide deployment having a minimum value of INR 10 crores per project (excluding civil works) during last seven (7) years. Number of Projects: 1) 2 Projects : 3 Marks 2) >2 and <5 Projects : 7 Marks 3) >5 Projects: 10 Marks

We request that the OEM Experience also be considred for the qualification purpose. We also request you to have the minimum value of 10 CR removed and modified is as integrated with minimum 500 Cameras or sensors instead. we request that the modified clause reads as " The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation of Integrated Operations Centre/Command and Control Centre integrating at least 500 Cameras / Sensors at the command and control centre for a city wide / campus wide deployment, during last seven (7) years.

RFP Conditions Prevail.

Page 497: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

497

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Number of Projects: 1) 2 Projects : 3 Marks 2) >2 and <5 Projects : 7 Marks 3) >5 Projects: 10 Marks

1960. 51 Sec 2.2 The bidder shall have experience on at least two AVL projects for intra-city public transit system with a fleet of at least 50 buses wherein the bidder shall have provided AVL system software and hardware to monitor, manage and control transit operations. In addition, the bidder should have integrated the AVL system with the Passenger Information sub-system to provide route and ETA (expected travel arrival) to passengers. The AVL projects should have been commissioned within the past 7 (seven) years from the date of submission of the bid and should have been in commercial operations for at least one year after successful system acceptance. Number of Projects: 1) 2 Projects : 3 Marks 2) >2 and <5 Projects : 5 Marks 3) >5 Projects: 7.5 Marks

We request that the OEM Experience also be considred for the qualification purpose. We also request you to consider AVL projects that has Emergency Vehicles / Ambuances in the fleet and modify the Clause to read as " The bidder shall have experience on at least two AVL projects for Solid Waste Management / Emergency Response Managment or intra-city public transit system with a fleet of at least 50 Vehicles ( Municipal Vehicles / Police Vehicles / PCR Vehicles / Ambulances / Buses ) wherein the bidder shall have provided AVL system software and hardware to monitor, manage and control transit operations.The AVL projects should have been commissioned within the past 7 (seven) years from the date of submission of the bid and should have been in commercial operations for at least one year after successful system acceptance." Number of Projects: 1) 2 Projects : 3 Marks 2) >2 and <5 Projects : 5 Marks

Refer to Corrigendum.

Page 498: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

498

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

3) >5 Projects: 7.5 Marks

1961. 52 Volume 1, Section 29

The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation of Integrated Operations Centre/Command and Control Centre integrating at least three (3) different city/campus-wide applications/sensors at the command and control centre for a city wide / campus wide deployment having a minimum value of INR 10 crores per project (excluding civil works) during last seven (7) years. Number of Projects: 1) 2 Projects : 3 Marks 2) >2 and <5 Projects : 7 Marks 3) >5 Projects: 10 Marks

To increase the number of technically qualified bidder’s We request the authority to modify the scoring matrix based on number of projects executed as 1) 1 project: 3 Marks 2) >1 and <3 : 7 Marks 3) >=3 projects : 10 Marks

RFP Conditions Prevail.

1962. 52 ICOMC_MSI_RFP_BBSR

The Bidder shall have experience on at least two AVL projects for intra-city public transit system with a fleet of at least 50 buses wherein the bidder shall have provided AVL system software and hardware to monitor, manage and control transit operations. In addition, the bidder should have integrated the AVL system with the Passenger Information sub- system to provide route and ETA (expected travel arrival) to passengers. The

It is a one minor component of Smart City Infrastructure. Kindly remove this clause.

Refer to Corrigendum.

Page 499: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

499

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

AVL projects should have been commissioned within the past 7 (seven) years from the date of submission of the bid and should have been in commercial operations for at least one year after successful system acceptance. Number of Projects: 1) 2 Projects : 3 Marks 2) >2 and <5 Projects : 5 Marks 3) >5 Projects: 7.5 Marks

1963. 52 Section:-2 Project Experience

The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation of Integrated Operations Centre/Command and Control Centre integrating at least three (3) different city/campus-wide applications/sensors at the command and control centre for a city wide / campus wide deployment having a minimum value of INR 10 crores per project (excluding civil works) during last seven (7) years. Number of Projects: 1) 2 Projects : 3 Marks 2) >2 and <5 Projects : 7 Marks 3) >5 Projects: 10 Marks

Kindly amend the clause like: The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation of Integrated Operations Centre/Command and Control Centre integrating at least three (3) different city/campus-wide applications/sensors at the command and control centre for a city wide / campus wide deployment having a minimum value of INR 10 crores per project (excluding civil works) during last seven (7) years. Number of Projects: 1) 2 Projects : 3 Marks 2) >2 and <5 Projects : 7 Marks 3) =>5 Projects: 10 Marks

RFP Conditions Prevail.

1964. 52 Section:-2 Project Experience

The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to

Kindly amend the clause like: The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects

Refer to Corrigendum.

Page 500: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

500

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

implementation of Integrated Traffic Management System integrating at least three (3) different components from the below list on a single application having a minimum value of INR 7 crores per project (excluding civil works) during last seven (7) years. Components:- 1) Red Light Violation Detection Systems 2) Automatic Traffic Counters & Classifier 3) Dynamic Message Signs 4) Public Address (PA) System Number of Projects: 1) 2 Projects : 3 Marks 2) >2 and <5 Projects : 5 Marks 3) >5 Projects: 7.5 Marks

related to implementation of Integrated Traffic Management System integrating at least three (3) different components from the below list on a single application having a minimum value of INR 7 crores per project (excluding civil works) during last seven (7) years. Components:- 1) Red Light Violation Detection Systems 2) Automatic Traffic Counters & Classifier 3) Dynamic Message Signs 4) Public Address (PA) System Number of Projects: 1) 2 Projects : 3 Marks 2) >2 and <5 Projects : 5 Marks 3) =>5 Projects: 7.5 Marks

1965. 52 Section 1, Bid Data Sheet, Sub -Section 29- Technical Proposal - Tech. Evaluation Criteria - Point 2 - Project Experience - Clause 2.3

The Bidder shall have experience on at least two AVL projects for intra-city public transit system with a fleet of at least 50 buses wherein the bidder shall have provided AVL system software and hardware to monitor, manage and control transit operations. In addition, the bidder should have integrated the AVL system with the Passenger Information sub-system to provide route and ETA (expected travel arrival) to passengers. The AVL projects should have been commissioned within the past 7 (seven) years

The Bidder shall have experience on at least two AVL projects for intra-city public transit system with a fleet of at least 50 Vehicles wherein the bidder shall have provided AVL system software and hardware to monitor, manage and control transit operations. In addition, the bidder should have integrated the AVL system with the Passenger Information sub-system to provide route and ETA (expected travel arrival) to passengers. The AVL projects should have been commissioned within the past 7 (seven) years from the date of submission of the bid and should

Refer to Corrigendum.

Page 501: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

501

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

from the date of submission of the bid and should have been in commercial operations for at least one year after successful system acceptance. Number of Projects: 1) 2 Projects : 3 Marks 2) >2 and <5 Projects : 5 Marks 3) >5 Projects: 7.5 Marks

have been in commercial operations for at least one year after successful system acceptance. Number of Projects: 1) 2 Projects : 3 Marks 2) >2 and <5 Projects : 5 Marks 3) >5 Projects: 7.5 Marks

1966. 53 Volume 1, Section 29

The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation of Integrated Traffic Management System integrating at least three (3) different components from the below list on a single application having a minimum value of INR 7 crores per project (excluding civil works) during last seven (7) years. Components: 1) Red Light Violation Detection Systems 2) Automatic Traffic Counters & Classifier 3) Dynamic Message Signs 4) Public Address (PA) System Number of Projects: 1) 2 Projects : 3 Marks 2) >2 and <5 Projects : 5 Marks 3) >5 Projects: 7.5 Marks

In order to increase the participation , We request the authority to modify the evaluation matrix as Number of Projects 1) 1 Projects : 3 Marks 2) >1 and <3 Projects : 5 Marks 3 )>=3 Projects : 7.5 Marks

RFP Conditions Prevail.

1967. 53 Volume 1, Section 29

The Bidder shall have experience on at least two AVL projects for intra-city public transit system with a fleet of at

We request the authority to modify the scoring matrix of AVL project experience for qualifying the technical criteria. We request to

RFP Conditions Prevail.

Page 502: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

502

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

least 50 buses wherein the bidder shall have provided AVL system software and hardware to monitor, manage and control transit operations. In addition, the bidder should have integrated the AVL system with the Passenger Information sub-system to provide route and ETA (expected travel arrival) to passengers. The AVL projects should have been commissioned within the past 7 (seven) years from the date of submission of the bid and should have been in commercial operations for at least one year after successful system acceptance. Number of Projects: 1) 2 Projects : 3 Marks 2) >2 and <5 Projects : 5 Marks 3) >5 Projects: 7.5 Marks

modify as Number of Projects: 1) 2 Projects : 3 Marks 2) >2 and <4 Projects : 5 Marks 3) >=4 Projects: 7.5 Marks

1968. 53 ICOMC_MSI_RFP_BBSR

The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation of a parking management platform consisting of three or more parking lots during last seven (7) years. Number of Projects: 1) 2 Projects : 1 Marks 2) >2 and <5 Projects : 3 Marks 3) >5 Projects: 5 Marks

It is a one minor component of Smart City Infrastructure. Kindly remove this clause.

RFP Conditions Prevail.

Page 503: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

503

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

1969. 53 ICOMC_MSI_RFP_BBSR

The Bidder (any member in case of consortium) shall be a Licensed ISP in India and shall have experience of implementation and operations of at least two (2) City wide / campus wide Wi-Fi Projects consisting of over 75 Access Points per project during last seven (7) years. Number of Projects: 1) 2 Projects : 1 Marks 2) >2 and <5 Projects : 3 Marks 3) >5 Projects: 5 Marks

Please revised the clause as " The Bidder (any member in case of consortium) shall have experience of implementation and operations of at least one City wide / campus wide Wi-Fi Project consisting of 150 Access Points or two City wide / campus wide Wi-Fi Projects consisting of 75 Access Points per project during last seven (7) years Number of Projects: For Projects having 75 Access Points 1) 2 Projects : 1 Marks 2) >2 and <5 Projects : 3 Marks 3) >5 Projects: 5 Marks For Projects having 150 Access Points 1) 1 Projects : 1 Marks 2) >1 and <3 Projects : 3 Marks 3) >3 Projects: 5 Marks

RFP Conditions Prevail.

1970. 53 Section:-2 Project Experience

The Bidder shall have experience on at least two AVL projects for intra-city public transit system with a fleet of at least 50 buses wherein the bidder shall have provided AVL system software and hardware to monitor, manage and control transit operations. In addition, the bidder should have integrated the AVL system with the Passenger Information sub-system to provide route and ETA (expected travel arrival) to passengers. The AVL projects

Kindly amend the clause like: The Bidder shall have experience on at least two AVL projects for intra-city public transit system with a fleet of at least 50 buses wherein the bidder shall have provided AVL system software and hardware to monitor, manage and control transit operations. In addition, the bidder should have integrated the AVL system with the Passenger Information sub-system to provide route and ETA (expected travel arrival) to passengers. The AVL projects should have been

RFP Conditions Prevail.

Page 504: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

504

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

should have been commissioned within the past 7 (seven) years from the date of submission of the bid and should have been in commercial operations for at least one year after successful system acceptance. Number of Projects: 1) 2 Projects : 3 Marks 2) >2 and <5 Projects : 5 Marks 3) >5 Projects: 7.5 Marks

commissioned within the past 7 (seven) years from the date of submission of the bid and should have been in commercial operations for at least one year after successful system acceptance. Number of Projects: 1) 2 Projects : 3 Marks 2) >2 and <5 Projects : 5 Marks 3) =>5 Projects: 7.5 Marks

1971. 53 Section:-2 Project Experience

The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation of Outside Plant Fibre Optic Passive Infrastructure of at least 200 km or Active infrastructure with at least 100 nodes per project having a minimum value of INR 10 crores per project during last seven (7) years. Number of Projects: 1) 2 Projects : 1 Marks 2) >2 and <5 Projects : 3 Marks 3) >5 Projects: 5 Marks

Kindly amend the clause like: The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation of Outside Plant Fibre Optic Passive Infrastructure of at least 200 km or Active infrastructure with at least 100 nodes per project having a minimum value of INR 10 crores per project during last seven (7) years. Number of Projects: 1) 2 Projects : 1 Marks 2) >2 and <5 Projects : 3 Marks 3) =>5 Projects: 5 Marks

RFP Conditions Prevail.

1972. 53 Section 1, Bid Data Sheet, Sub -Section 29- Technical Proposal - Tech. Evaluation Criteria - Point

The Bidder (any member in case of consortium) shall be a Licensed ISP in India and shall have experience of implementation and operations of at least two (2) City wide / campus wide Wi-Fi Projects consisting of over 75 Access

To be changed to: The Bidder (any member in case of consortium) shall have experience of implementation and operations of at least two (2) City wide / campus wide Wi-Fi Projects consisting of over 75 Access Points or during last seven (7) years.

RFP Conditions Prevail.

Page 505: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

505

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

2 - Project Experience - Clause 2.5

Points per project during last seven (7) years. Number of Projects: 1) 2 Projects : 1 Marks 2) >2 and <5 Projects : 3 Marks 3) >5 Projects: 5 Marks

Number of Projects: 1) 1 Projects : 1 Marks 2) >2 and <5 Projects : 3 Marks 3) >5 Projects: 5 Marks

1973. 54 Vol-1 , Section #1,Clause No 13

2.8 The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation/integration and support of citizen centric e-Governance applications integrating at least four (4) different municipal services (excluding CCTV system) having a minimum value of INR 5 crores per project during last seven (7)

We understand emergency management services like Fire, Police experience will also qualify in this category. We are leader in services like 911 which is a unified service for all emergency services. As Bhubaneswar is showcasing leadership position in smart city initiative, the emergency services is highly recommended to be part of smart city.

Refer to Corrigendum.

1974. 54 29, technical evaluation

2.7 - Bidder experience in ERP Bidder should have experience in proposed ERP solution as part of this tender. Is the understanding right ?

The RFP conditions are self-explanatory.

1975. 54 29, technical evaluation

2.8 - Bidder experience in ERP Bidder should have experience in proposed E governance solution as part of this tender. Is the understanding right ?

The RFP conditions are self-explanatory.

1976. 54 29, technical evaluation

There is no marks for proposed ERP product. There should be 5 marks allocated for product ERP as it will help bidders to choose best solution available in market. Depending on nos of customers or projects, the marks can be given e.g. more than 5 customers - 5 marks, 2-5 customers - 3 marks and

RFP Conditions Prevail.

Page 506: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

506

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

one customer - 1 mark. please incorpoarte

1977. 54 Section 29, Sl.no‐2.8

The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation/integration and support of citizen centric e‐Governance applications integrating at least four (4) different municipal services (excluding CCTV system) having a minimum value of INR 5 crores per project during last seven (7) years. Number of Projects: 1) 2 Projects : 1 Marks 2) >2 and <5 Projects : 2 Marks 3) >5 Projects: 2.5 Marks Work order/ Contract clearly highlighting the scope of work, Bill of Material and value of the contract/order.

In line with the modifications requested under the pre‐ qualification criteria, we request to revise the clause as follows. The Bidder (any member in case of consortium) shall have successfully executed at least Two (2) projects related to implementation/integration and support of citizen centric e‐ Governance applications integrating at least four (4) different municipal / public services (excluding CCTV system) having a minimum value of INR 5 crores per project during last seven (7) years. Work Order/Contract/ Go‐ live/UAT/Satisfactory Ongoing Certificate clearly highlighting the scope of work, Bill of Material and value of Contract;

Refer to Corrigendum.

1978. 54 ICOMC_MSI_RFP_BBSR

The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation/integration and support of ERP system including finance, utility billing, and maintenance & asset management modules (with at least 2 of these modules) having a

It is a one minor component of Smart City Infrastructure. Kindly remove this clause.

RFP Conditions Prevail.

Page 507: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

507

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

minimum value of INR 10 crores per project during last seven (7) years. Number of Projects: 1) 2 Projects : 1 Marks 2) >2 and <5 Projects : 2 Marks 3) >5 Projects: 2.5 Marks

1979. 54 Section 1 - 29 (2.7) Evaluation criteria

2.7 The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation/integration and support of ERP system including finance, utility billing, and maintenance & asset management modules (with at least 2 of these modules) having a minimum value of INR 10 crores per project during last seven (7) years. Number of Projects: 1) 2 Projects : 1 Marks 2) >2 and <5 Projects : 2 Marks 3) >5 Projects: 2.5 Marks

ERP is an important component in the overall scope of work. Prior experience in successful implementation of ERP with similar modules is critical for project success. This is so especially as ERP is going to be integrated with other components of this project. We therefore request to please assign at least 5 Marks for ERP instead of 2.5 marks. The suggested marking criteria is: Each Project with value of Rs.25 Cr or more - 2.5 Marks Each Project with value of Rs.10 Cr or more - 2 Marks

RFP Conditions Prevail.

1980. 54 Section 1 - 29 (2.8) Evaluation criteria

The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation/integration and support of citizen centric e-Governance applications integrating at least four (4) different municipal services (excluding CCTV system) having a minimum value of INR 5 crores per project during last seven (7)

Citizen cetric e-Governance experience is extremely critical for the success of this project. The proposed e-Gov application will be integrated with the legacy systems and hence it is a critical activity. We therefore request to please assign at least 7.5 Marks for e-Governance instead of 2.5 marks. The suggested marking criteria is: Each Project with value of Rs.20 Cr or more - 2.5 Marks

RFP Conditions Prevail.

Page 508: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

508

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

years. Number of Projects: 1) 2 Projects : 1 Marks 2) >2 and <5 Projects : 2 Marks 3) >5 Projects: 2.5 Marks

Each Project with value of Rs.10 Cr or more - 2 Marks

1981. 54 Section:-2 Project Experience

The Bidder (any member in case of consortium) shall be a Licensed ISP in India and shall have experience of implementation and operations of at least two (2) City wide / campus wide Wi-Fi Projects consisting of over 75 Access Points per project during last seven (7) years. Number of Projects: 1) 2 Projects : 1 Marks 2) >2 and <5 Projects : 3 Marks 3) >5 Projects: 5 Marks

Kindly amend the clause like: The Bidder (any member in case of consortium) shall be a Licensed ISP in India and shall have experience of implementation and operations of at least two (2) City wide / campus wide Wi-Fi Projects consisting of over 75 Access Points per project during last seven (7) years. Number of Projects: 1) 2 Projects : 1 Marks 2) >2 and <5 Projects : 3 Marks 3) =>5 Projects: 5 Marks

RFP Conditions Prevail.

1982. 54 Section:-2 Project Experience

The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation of a parking management platform consisting of three or more parking lots during last seven (7) years. Number of Projects: 1) 2 Projects : 1 Marks 2) >2 and <5 Projects : 3 Marks 3) >5 Projects: 5 Marks

Kindly amend the clause like: The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation of a parking management platform consisting of three or more parking lots during last seven (7) years. Number of Projects: 1) 2 Projects : 1 Marks 2) >2 and <5 Projects : 3 Marks 3) =>5 Projects: 5 Marks

RFP Conditions Prevail.

1983. 54 Section 1, Bid Data Sheet, Sub -Section 29- Technical

The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to

To be changed to: The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects

Refer to Corrigendum.

Page 509: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

509

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Proposal - Tech. Evaluation Criteria - Point 2 - Project Experience - Clause 2.8

implementation/integration and support of citizen centric e-Governance applications integrating at least four (4) different municipal services (excluding CCTV system) having a minimum value of INR 5 crores per project during last seven (7)years. Number of Projects: 1) 2 Projects : 1 Marks 2) >2 and <5 Projects : 2 Marks 3) >5 Projects: 2.5 Marks

related to implementation/integration and support of citizen centric e-Governance applications integrating at least four (4) different services (excluding CCTV system) having a minimum value of INR 5 crores per project during last seven (7)years. Number of Projects: 1) 2 Projects : 1 Marks 2) >2 and <5 Projects : 2 Marks 3) >5 Projects: 2.5 Marks

1984. 55 Approach and methodology

3.1 - proposed solution and architecture including compliance to requirement as per RFP

out of 8, How many marks are allocated for compliance ? How it would be evaluated ?

As per RFP.

1985. 55 Approach and methodology

3.1 - proposed solution and architecture including compliance to requirement as per RFP

Which compliance is to be filled up ? Please give word copy of same.

Provided in RFP Section 5: Technical Requirements and also includes other terms and conditions mentioned in different sections of RFP.

1986. 55 ICOMC_MSI_RFP_BBSR

Proof of Concept (Demo) This Project involved Smart City Infrastructure and Integration with various subsystems. As the tender evaluation method is QCBS, there should be the marking of Proof of Concept as well. Kindly incorporate the marking for Proof of Concept (15 Marks) and include the PoC in Evaluation process for getting best technical solution for this prestigious project.

RFP Conditions Prevail.

1987. 55 Section:-2 Project Experience

The Bidder (any member in case of consortium) shall have successfully executed at least

Kindly amend the clause like: The Bidder (any member in case of consortium) shall have successfully

RFP Conditions Prevail.

Page 510: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

510

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

two (2) projects related to implementation/integration and support of ERP system including finance, utility billing, and maintenance & asset management modules (with at least 2 of these modules) having a minimum value of INR 10 crores per project during last seven (7) years. Number of Projects: 1) 2 Projects : 1 Marks 2) >2 and <5 Projects : 2 Marks 3) >5 Projects: 2.5 Marks

executed at least two (2) projects related to implementation/integration and support of ERP system including finance, utility billing, and maintenance & asset management modules (with at least 2 of these modules) having a minimum value of INR 10 crores per project during last seven (7) years. Number of Projects: 1) 2 Projects : 1 Marks 2) >2 and <5 Projects : 2 Marks 3) =>5 Projects: 2.5 Marks

1988. 55 Section:-2 Project Experience

The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation/integration and support of citizen centric e-Governance applications integrating at least four (4) different municipal services (excluding CCTV system) having a minimum value of INR 5 crores per project during last seven (7) years. Number of Projects: 1) 2 Projects : 1 Marks 2) >2 and <5 Projects : 2 Marks 3) >5 Projects: 2.5 Marks

Kindly amend the clause like: Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation/integration and support of citizen centric e-Governance applications integrating at least four (4) different municipal services (excluding CCTV system) having a minimum value of INR 5 crores per project during last seven (7) years. Number of Projects: 1) 2 Projects : 1 Marks 2) >2 and <5 Projects : 2 Marks 3) =>5 Projects: 2.5 Marks

Refer to Corrigendum.

1989. 55 Key Expert 4.1 & 4.2

· Project Director – Bachelor of Engineering degree and MBA/M.Tech/MS · Project Manager – Bachelor of Engineering degree and MBA/M.Tech/MS with PMP

For education qualification, request client to make the requirementas Engineering OR MBA/MTech/MS.

Refer to Corrigendum.

Page 511: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

511

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

1990. 56 Section 1. Instructions to Bidders, Evaluation Criteria, Clause 29, Sl.No.4 ( 4.1 to 4.7)

Key Expert We understand that the capabilities & resources from consortium will be allowed to meet this manpower requirement. Pl.clarify.

Yes. As per terms and conditions of RFP.

1991. 56 1 4.1 Project Director – Bachelor of Engineering degree and MBA/M.Tech/MS having more than 15 years of experience in implementation and management of similar ICT projects involved in complete project lifecycle. Must have at least five (5) relevant projects (e- governance, ERP or command and control center). Project Director shall be a full time employee of the Bidder and in case of consortium shall be a full time employee of the Partner in Charge. Project Director preferably shall have international experience of at least one project.

Request to change it as 4.1 Project Director – Bachelor of Engineering degree and MBA/M.Tech/MS having more than 15 years of experience in implementation and management of similar ICT projects involved in complete project lifecycle. Project Director shall be a full time employee of the Bidder and in case of consortium shall be a full time employee of the Partner in Charge. Project Director preferably shall have international experience of at least one project.

Refer to Corrigendum.

1992. 56 1 4.2 Project Manager – Bachelor of Engineering degree and MBA/M.Tech/MS with PMP having more than 12 years of experience in similar ICT projects and involved in end to end implementation. Must have at least three (3) relevant projects (e-governance, ERP or command or control centre).

Request to change it as 4.2 Project Manager – Bachelor of Engineering degree and MBA/M.Tech/MS with PMP having more than 12 years of experience in similar ICT projects and involved in end to end implementation.

Refer to Corrigendum.

Page 512: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

512

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

1993. 58 1 5.1 ITMS Support Engineer – Bachelor in Electronics with minimum 8 years’ experience of deployment and maintenance of ITMS System 5.2 ERP Support Engineer – Bachelor in IT or MCA with minimum 8 years’ experience of deployment and maintenance of ERP Systems 5.3 e-Governance Support Engineer – Bachelor in IT or MCA with minimum 8 years’ experience of deployment and maintenance of e- Governance Systems 5.4 Fibre optic Support Engineer – Bachelor in Engineering with minimum 8 years’ experience of deployment and maintenance of fibre optic infrastructure 5.5 Integration Support Engineer – Bachelor in Engineering with minimum 8 years’ experience of deployment and maintenance of integrated command and control centre

Request to change availability of these resources during O&M only when required

RFP Conditions Prevail.

1994. 59 Section -1 F. Bid Data Sheet - 33.1

Percentage for increase/decrease: 20%

Recommended to consider maximum cap of quantity variation of up to 5% of Tender quantity

RFP Conditions Prevail.

1995. 59 31 (c) (iii) (1) Each Technical Proposal will be assigned a technical score out of a maximum of 100 marks. Only the bidders who get an Overall Technical score of minimum 70% or more and more than 50% in each section of the

Request clarification if the 50% score requirement is at overall category level (e.g., 2. Project Experience) or at individual item level (e.g., 2.1 Integrated Operations Centre/Command and Control Centre). If at individual item

At individual item level.

Page 513: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

513

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Technical Evaluation framework will qualify for commercial evaluation stage. Failing to secure minimum marks shall lead to technical rejection of the Bid.

level, this implies that bidder must submit at least 5 references for each of the 8 categories. Given that smart cities is relatively new domain, it may not be possible to get so many references in all the domains.

1996. 15, 43

Volume 1,Clause 5.1 Qualifications of Bidder

b)For the purposes of establishing a Bidder’s qualifications, the experience and / or resources of the Sub-contractor will only be allowed for the systems/sub-systems as stated in Bid Data Sheet. However Clause 5.1 A states ofpg 43 Bid data states that 1. Work order/ Contract clearly highlighting the scope of work, Bill of Material and value of the contract/order. 2. Completion Certificate issued & signed by the competent authority of the client entity on the entity’s Letterhead In case of large orders/orders with operations & maintenance phase, the completion may specify successful execution and in-operation status of a part of the order meeting the requirement.

It is requested that only the experience of Bidder / any member of Consortium be considered in Technical and Pre-Qualification evaluation. Considering the Jointly and Severally Liable clause is applicable only to the Consortium members, the Sub Contractors who with their experiences may individually add to contribute larger total to the evaluation score will still not be responsible directly to the client for completion of the contract and this contradicts the purpose of Consortium which is essentially to take responsibility for the Contract. This may allow a major financially large SI without any relevant experience in this business to own the contract that they may not be able to fulfil. It is therefore felt the Sub-contractors scores should not be considered.

RFP Conditions Prevail.

1997. 17, 5.5 (ii)

Section 1 The OEM for each product or technology quoted should be in the business of that product or

In case of Smart elements, there are lots of solution providers which have very competitive solutions.

RFP Conditions Prevail.

Page 514: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

514

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

solution or technology for at least 3 years as on the date of release of the RFP.

Putting a condition of 3 years will limit the options for the bidder as this is a relatively new field. Hence, it is requested to relax this criteria to 1 year for Smart elements.

1998. 13 & 17

Section 1. Instructions to Bidders

4.2 None of the member of a given JV/Consortium can be a member of another JV/Consortium for submitting this same bid otherwise all the bids comprising the same member shall stand disqualified. However, a sub-contractor can be a member of more than one JV/ Consortium. 5.4 For the purposes of these Bidding Documents, a Sub-contractor is any vendor or service provider with whom the Bidder contracts for the supply or execution of any part of the System to be provided by the Bidder under the Contract (such as the supply of major hardware, software, or other components of the required Technologies specified, or the performance of related Services, e.g., software development, transportation, installation, customization, integration, commissioning, training, technical support, maintenance, repair, etc.). A firm which is a Bidder, whether as a single Bidder or as a partner in a

The highighted portion of sub-clauses 4.2 and 5.4 are contradictory in nature. To resolved the abmiguity, it is requested to kindly amend as: 4.2 None of the member of a given JV/Consortium can be a member of another JV/Consortium for submitting this same bid otherwise all the bids comprising the same member shall stand disqualified. However, a sub-contractor cannot be a member another bid if its project experience is given as part of Technical Evaluation marking. 5.4 For the purposes of these Bidding Documents, a Sub-contractor is any vendor or service provider with whom the Bidder contracts for the supply or execution of any part of the System to be provided by the Bidder under the Contract (such as the supply of major hardware, software, or other components of the required Technologies specified, or the performance of related Services, e.g., software development, transportation, installation,

RFP Conditions Prevail.

Page 515: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

515

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Joint Venture/Consortium, cannot be a Sub-contractor in other bids, except for the supply of commercially available hardware or software by the firm, as well as purely incidental services such as installation/configuration, routine training, and ongoing maintenance/support. If the Bid Data Sheet for ITB Clause 5.1 (a) allows the qualification of Sub-contractors nominated for certain components to be taken into account in assessing the Bidder’s overall qualifications, any Sub-contractor so nominated by any Bidder is automatically disqualified from being a Bidder itself or a partner in a Joint Venture/Consortium. The same will normally apply to firms that have provided Sub-contractor agreements for certain services pursuant to ITB Clause 5.1 (d). Non-compliance may result in the rejection of all bids in which the affected firm participates as Bidder or as partner in a Joint Venture/Consortium. As long as in compliance with these provisions, or as long as unaffected by them due to not participating as Bidder or as partner in a Joint Venture/Consortium, a firm may be proposed as a Sub-contractor

customization, integration, commissioning, training, technical support, maintenance, repair, etc.). A firm which is a Bidder, whether as a single Bidder or as a partner in a Joint Venture/Consortium, cannot be a Sub-contractor in other bids, except for the supply of commercially available hardware or software by the firm, as well as purely incidental services such as installation/configuration, routine training, and ongoing maintenance/support. If the Bid Data Sheet for ITB Clause 5.1 (a) allows the qualification of Sub-contractors nominated for certain components to be taken into account in assessing the Bidder’s overall qualifications, any Sub-contractor so nominated by any Bidder is automatically disqualified from being a Bidder itself or a partner in a Joint Venture/Consortium. The same will normally apply to firms that have provided Sub-contractor agreements for certain services pursuant to ITB Clause 5.1 (d). Non-compliance may result in the rejection of all bids in which the affected firm participates as Bidder or as partner in a Joint Venture/Consortium. As long as in compliance with these provisions, or as long as unaffected by them due to not participating as Bidder or as partner in a Joint

Page 516: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

516

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

in any number of bids. Venture/Consortium, a firm may be proposed as a Sub-contractor in not more than two bids.

1999. 14 & 17

Section 1. Instructions to Bidders

4.2 None of the member of a given JV/Consortium can be a member of another JV/Consortium for submitting this same bid otherwise all the bids comprising the same member shall stand disqualified. However, a sub-contractor can be a member of more than one JV/ Consortium. 5.4 For the purposes of these Bidding Documents, a Sub-contractor is any vendor or service provider with whom the Bidder contracts for the supply or execution of any part of the System to be provided by the Bidder under the Contract (such as the supply of major hardware, software, or other components of the required Technologies specified, or the performance of related Services, e.g., software development, transportation, installation, customization, integration, commissioning, training, technical support, maintenance, repair, etc.). A firm which is a Bidder, whether as a single Bidder or as a partner in a Joint Venture/Consortium, cannot be a Sub-contractor in other bids, except for the supply

The highighted portion of sub-clauses 4.2 and 5.4 are contradictory in nature. To resolved the abmiguity, it is requested to kindly amend as: 4.2 None of the member of a given JV/Consortium can be a member of another JV/Consortium for submitting this same bid otherwise all the bids comprising the same member shall stand disqualified. However, a sub-contractor cannot be a member another bid if its project experience is given as part of Technical Evaluation marking. 5.4 For the purposes of these Bidding Documents, a Sub-contractor is any vendor or service provider with whom the Bidder contracts for the supply or execution of any part of the System to be provided by the Bidder under the Contract (such as the supply of major hardware, software, or other components of the required Technologies specified, or the performance of related Services, e.g., software development, transportation, installation, customization, integration, commissioning, training, technical support, maintenance, repair, etc.).

RFP Conditions Prevail.

Page 517: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

517

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

of commercially available hardware or software by the firm, as well as purely incidental services such as installation/configuration, routine training, and ongoing maintenance/support. If the Bid Data Sheet for ITB Clause 5.1 (a) allows the qualification of Sub-contractors nominated for certain components to be taken into account in assessing the Bidder’s overall qualifications, any Sub-contractor so nominated by any Bidder is automatically disqualified from being a Bidder itself or a partner in a Joint Venture/Consortium. The same will normally apply to firms that have provided Sub-contractor agreements for certain services pursuant to ITB Clause 5.1 (d). Non-compliance may result in the rejection of all bids in which the affected firm participates as Bidder or as partner in a Joint Venture/Consortium. As long as in compliance with these provisions, or as long as unaffected by them due to not participating as Bidder or as partner in a Joint Venture/Consortium, a firm may be proposed as a Sub-contractor in any number of bids.

A firm which is a Bidder, whether as a single Bidder or as a partner in a Joint Venture/Consortium, cannot be a Sub-contractor in other bids, except for the supply of commercially available hardware or software by the firm, as well as purely incidental services such as installation/configuration, routine training, and ongoing maintenance/support. If the Bid Data Sheet for ITB Clause 5.1 (a) allows the qualification of Sub-contractors nominated for certain components to be taken into account in assessing the Bidder’s overall qualifications, any Sub-contractor so nominated by any Bidder is automatically disqualified from being a Bidder itself or a partner in a Joint Venture/Consortium. The same will normally apply to firms that have provided Sub-contractor agreements for certain services pursuant to ITB Clause 5.1 (d). Non-compliance may result in the rejection of all bids in which the affected firm participates as Bidder or as partner in a Joint Venture/Consortium. As long as in compliance with these provisions, or as long as unaffected by them due to not participating as Bidder or as partner in a Joint Venture/Consortium, a firm may be proposed as a Sub-contractor in not more than two bids.

Page 518: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

518

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

2000. 15, 78 & 764

Section 1, 5.2.7

5.2.7 all partners of the Joint Venture/Consortium shall be liable jointly and severally for the execution of the Contract in accordance with the Contract terms, and a statement to this effect shall be included in the authorization mentioned under ITB Clause 5.2.2 above, in the bid as well as in the Contract (in case of a successful bid) 16.1 If the MSI is a Joint Venture/Consortium of two or more firms, all such firms shall be jointly and severally bound to the Client for the fulfilment of the provisions of the Contract and shall designate one of such firms to act as a leader with authority to bind the Joint Venture/Consortium as well as each member of the Joint Venture / Consortium.

We request you to please change this to "The lead bidder shall be jointly & severally responsible for complete scope, whereas partner shall be severally responsible only for its respective scope"

Refer to Corrigendum.

2001. 42 to 47 51 to 55

5.1 (a) Clause no: 7 to 14 /Clause No:2.1 to 2.8 Sole Bidder/any Member of Consortium/Sub-Contractor(s 1. Work order/ Contract clearly highlighting the scope of work, Bill of Material and value of the contract/order. 2. Completion Certificate issued & signed by the competent authority of the client entity on the entity’s Letterhead

Request you to amend the Clause as "Sole Bidder/any Member of Consortium" or "Sole Bidder/any Member of Consortium/Exclusive Sub contractor with undertaking". 1. Work order/ Contract clearly highlighting the scope of work, Bill of Material and value of the contract/order. 2. Completion Certificate/Phase wise Completion/Ongoing Projects issued & signed by the competent authority of the client entity on the entity’s Letterhead

Refer to Corrigendum.

Page 519: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

519

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

2002. 44 & 51

Sect 1 5.1 a) 2 & Sect 1 29 1.1

Statutory auditor’s certificate clearly specifying the annual turnover for the specified years.

It is recommended to accept the balance sheet in lieu of SA certificate

RFP Conditions Prevail.

2003. 44, 45 Section 1. F; 5.1 (a); S.No 8

The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation of Integrated Traffic Management System integrating at least three (3) different components from the below list on a single application having a minimum value of INR 7 crores per project (excluding civil works) during last seven (7) years. Components: 1. Red Light Violation Detection Systems 2. Automatic Traffic Counters & Classifiers 3. Dynamic Message Signs 4. Public Address (PA) System

The Bidder (any member in case of consortium) shall have successfully supplied/executed at least one (1) project or PoC/Pilot in a real-life environment related to implementation of Integrated Traffic Management System integrating at least three (3) different components from the below list on a single application during last seven (7) years. Components: 1. Red Light Violation Detection Systems 2. Automatic Traffic Counters & Classifiers 3. Dynamic Message Signs 4. Public Address (PA) System Can a Customer letter detailing completion be sufficient

Refer to Corrigendum.

2004. 44,45 ICOMC_MSI_RFP_BBSR, Section 1- 5.1(a) (8) PQ Criteria

The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation of Integrated Traffic Management System integrating at least three (3) different components from the below list on a single application having a minimum value of INR 7 crores per project (excluding civil works) during last seven (7) years.

The Bidder (any member in case of consortium) shall have successfully executed fully or partially at least two (2) projects related to implementation of Integrated Traffic Management System integrating at least three (3) different components from the below list on a single application having a minimum value of INR 7 crores per project (excluding civil works) during last seven (7) years.

Refer to Corrigendum.

Page 520: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

520

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

2005. 44,45 ICOMCTransit ITS _MSI_RFP_BBSR, Section 1- 5.1(a) (9) PQ Criteria

The bidder shall have experience on at least two AVL projects for intra-city public transit system with a fleet of at least 50 buses wherein the bidder shall have provided AVL system software and hardware to monitor, manage and control transit operations. In addition, the bidder should have integrated the AVL system with the Passenger Information sub-system to provide route and ETA (expected travel arrival) to passengers. The AVL projects should have been commissioned within the past 7 (seven) years from the date of submission of the bid and should have been in commercial operations for at least one year after successful system acceptance.

The bidder shall have experience on at least two AVL projects for intra-city public or private transit system with a fleet of at least 50 buses vehicles wherein the bidder shall have provided AVL system software and hardware to monitor, manage and control transit operations. In addition, the bidder should have integrated the AVL system with the Passenger Information sub-system to provide route and ETA (expected travel arrival) to passengers. The AVL projects should have been commissioned within the past 7 (seven) years from the date of submission of the bid and should have been in commercial operations for at least one year after successful system acceptance.

Refer to Corrigendum.

2006. 45,46 Volume 1, Section 5.1 (a)

Sole Bidder/any Member of Consortium/Sub- Contractor(s): 1. Work order/ Contract clearly highlighting the scope of work, Bill of Material and value of the contract/order. 2. Completion Certificate issued & signed by the competent authority of the client entity on the entity’s Letterhead In case of large orders/orders with operations & maintenance phase, the completion may specify successful execution and in-operation status of a part of

As the completion certificate could well showcase the current status of the project along with project details, We request the authority to consider either the work order or the client certificate as an evidence of bidder’s experience. Also we request the authority to consider the invoice in place of client certificate, if in any case the client certificate is not available.

Refer to Addendum.

Page 521: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

521

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

the order meeting the requirement.

2007. 50 – 55

Section 29 Evaluation Criteria Matrix(Pt 2.1 to 2.8)

Technical Evaluation Matrix Sir, looking at the complexity of the project we see that no one single bidder can suffice all the requirements asked for. Hence we appreciate the allowance of consortium. However, looking at the variety of project experience it is very difficult to get single company of having such diversified experience in several different specialization like Command Control Centre, AVL, ITMS, OFC etc as mentioned in this RFP. Hence to make consortium of companies having such diversified experience will take more than 4 numbers as has been asked for in the RFP. We further would like to draw your attention to the fact that the number of projects asked for in each of the specialization (Command Control, AVL, ITMS,OFC,WI-FI etc)experience is way too high.

RFP Conditions Prevail.

2008. 50 & 51

Section 1 Instruction to the bidders C. Submission, Opening and Evaluation 23.1 & 23.2

Apart from the online submission, the Bidder must also submit following number of physical copies of the Proposal: Qualification Documents – 1 original and 3 copies.

Since Financial Proposal in Hardcopy is required, It is requested to allow the bidders to submit the hardcopies and CD/DVD for each section after 3 days of Online submission. It will help the bidders to prepare / submit the online bids effectively without any compomise on the documents to be submitted in physical form.

Financial Proposal should only be submitted online. No Hardcopy submissions for Financial Proposal is allowed.

2009. 51 & Section 1 (b) Technical Proposal – 1 Since Financial Proposal in Financial Proposal should only be

Page 522: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

522

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

51 Instruction to the bidders C. Submission, Opening and Evaluation 23.1 & 23.3

original and 3 copies. Hardcopy is required, It is requested to allow the bidders to submit the hardcopies and CD/DVD for each section after 3 days of Online submission. It will help the bidders to prepare / submit the online bids effectively without any compomise on the documents to be submitted in physical form.

submitted online. No Hardcopy submissions for Financial Proposal is allowed.

2010. 52 & 51

Section 1 Instruction to the bidders C. Submission, Opening and Evaluation 23.1 & 23.4

(c) Financial Proposal – Only online as per the terms of ITB.

Since Financial Proposal in Hardcopy is required, It is requested to allow the bidders to submit the hardcopies and CD/DVD for each section after 3 days of Online submission. It will help the bidders to prepare / submit the online bids effectively without any compomise on the documents to be submitted in physical form.

Financial Proposal should only be submitted online. No Hardcopy submissions for Financial Proposal is allowed.

2011. 53 & 51

Section 1 Instruction to the bidders C. Submission, Opening and Evaluation 23.1 & 23.5

(d) Soft copy of (a) and (b) above in .pdf format (without any password protection in searchable format) in a CD/DVD for each section in each envelope.

Since Financial Proposal in Hardcopy is required, It is requested to allow the bidders to submit the hardcopies and CD/DVD for each section after 3 days of Online submission. It will help the bidders to prepare / submit the online bids effectively without any compomise on the documents to be submitted in physical form.

Financial Proposal should only be submitted online. No Hardcopy submissions for Financial Proposal is allowed.

2012. • ISO 9001:2015 • ISO 20000:2011 for IT Service Management or equivalent certification • ISO 27001:2013 for Information Security Management System or equivalent certification

valid ISO 9001 : 2008 which is the older version of ISO 9001:2015

Refer to Corrigendum.

Page 523: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

523

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

2013. 5. Certifications

The Bidder (any member of consortium) shall have any one of the following Certifications valid at the time of Bidding: • ISO 9001:2015 • ISO 20000:2011 for IT Service Management or equivalent certification • ISO 27001:2013 for Information Security Management System or equivalent certification

We request that ISO 9001 : 2008 Certiofation be also considered since we are in the proces of migrating to the ISO 9001: 2015 shorlty.

Refer to Corrigendum.

2014. 15. Overall The sole bidder or the consortium shall meet at least 4 out of 8 project experiences required as part of Criteria 7-14 and remaining criteria in Criteria 7-14 can be met by sub-contractor(s).

Our understanding is that the Sub Contactor can also be the OEM ( Original Equipment Manufacturer ) of the solutions you have listed in the ITB 5.1 (a ). So kindly modify this caluse to read as " The sole bidder or the consortium shall meet at least 4 out of 8 project experiences required as part of Criteria 7-14 and remaining criteria in Criteria 7-14 can be met by OEM's / sub-contractor(s). "

RFP Conditions Prevail.

2015. Section 1. Instructions to Bidders 48

Sole Bidder/any Member of Consortium/Sub-Contractor(s): 1. Work order/ Contract clearly highlighting the scope of work, Bill of Material and value of the contract/order. 2. Completion Certificate issued & signed by the competent authority of the client entity on the entity’s Letterhead In case of large orders/orders with operations & maintenance phase, the completion may

Instead of Completion Ceritification in the Entity's Letter head, Could we produce the mail approval of the authority mentioning the phase completion

RFP Conditions Prevail.

Page 524: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

524

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

specify successful execution and in-operation status of a part of the order meeting the requirement.

2016. 5.1 (A(2)) Statutory auditor’s certificate clearly specifying the annual turnover for the specified years.

Query: Bidder can provide for certificate endorsed by the Company Secretary (statutory post) of the company. We request removal of the requirement to submit a statutory auditor’s certificate.

RFP Conditions Prevail.

2017. Contract-43 Any COTS provided for will be on the standard terms of the COTS provider. We cannot sign into any other terms.

RFP Conditions Prevail.

2018. Contract-61 Limitation of Liability We request the clause to be addressed as per our query for clause 19.

RFP Conditions Prevail.

2019. 46 Section ‘F. Bid Data Sheet’ 5.1 (a) - Transit ITS

The bidder shall have experience on at least two AVL projects for intra-city public transit system with a fleet of at least 50 buses wherein the bidder shall have provided AVL system software and hardware to monitor, manage and control transit operations. In addition, the bidder should have integrated the AVL system with the Passenger Information sub-system to provide route and ETA (expected travel arrival) to passengers. The AVL projects should have been commissioned within the past 7 (seven) years from the date of submission of

We would request that it should be allowed to consider projects which have been in operation and maintenance with in last 9 years . “The AVL projects should have been in commercial operations in past 9 (Nine) years.”

Refer to Corrigendum.

Page 525: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

525

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

the bid and should have been in commercial operations for at least one year after successful system acceptance.

2020. 53 Evaluation Criteria, point 2.3

The Bidder shall have experience on at least two AVL projects for intra-city public transit system with a fleet of at least 50 buses wherein the bidder shall have provided AVL system software and hardware to monitor, manage and control transit operations. In addition, the bidder should have integrated the AVL system with the Passenger Information sub-system to provide route and ETA (expected travel arrival) to passengers. The AVL projects should have been commissioned within the past 7 (seven) years from the date of submission of the bid and should have been in commercial operations for at least one year after successful system acceptance. Number of Projects: 1) 2 Projects : 3 Marks 2) >2 and <5 Projects : 5 Marks 3) >5 Projects: 7.5 Marks

We would request the following changes to the clause:- The Bidder shall have experience on at least two AVL projects for intra-city public transit system with a fleet of at least 50 buses wherein the bidder shall have provided AVL system software and hardware to monitor, manage and control transit operations. In addition, the bidder should have integrated the AVL system with the Passenger Information sub-system to provide route and ETA (expected travel arrival) to passengers. The AVL projects should have been commissioned within the past 9 (Nine) years from the date of submission of the bid and should have been in commercial operations for at least one year after successful system acceptance. Number of Projects: 1) 2 Projects with 50 buses each project : 3 Marks 2) 2 with more 50 to 100 Buses each project : 50 Marks 3) 5 Projects with more 150 buses in each project : 7.5 Marks

Refer to Corrigendum.

2021. 15, 797, 798

Section 5.3 of ITB Section 47,

Local firm registered in the state of Odisha

We suggest to remove the requirement to include name and nationality of the proposed

RFP Conditions Prevail.

Page 526: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

526

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

47.3, 47.5 I. SUPPLY, INSTALLATION, TESTING, COMMISSIONING, AND ACCEPTANCE OF THE SYSTEM

subcontractor in the bid document, however bidder will take approval from client for the subcontractor before engaging them in the project.

2022. 14 Section 1 Point No. 5

Qualifications of the Bidder Credential of OEM and its INDIA presence should be included in the QCBIS system

Accepted

2023. 18 5.5 (v) OEM proposed by the Bidder shall be in compliance to National Security Policy of Government of India.

Query not clear.

2024. 41 F. Bid Data Sheet A. General

Method of selection: Single Stage selection, three envelope system, Quality and Cost Based Selection (QCBS) with the following weights given to technical and financial proposals: Technical = 70% Financial = 30%

Request you to clarifiy the evaluation process. We would recommend to conduct a POC for entire solution and evaluate based on the parameters and results provided by individual bidders

RFP Conditions Prevail.

2025. 48 5.1 (c) Manufacturer's Authorizations Request you to consider the Manufacturer's Authorizations document from all OEM's such as Application software, Servers, Etc

RFP Conditions Prevail.

2026. 46 Section ‘F. Bid Data Sheet’ 5.1 (a) - Transit ITS

The bidder shall have experience on at least two AVL projects for intra-city public transit system with a fleet of at least 50 buses wherein the bidder shall have provided AVL system software and hardware

We would request that it should be allowed to consider projects which have been in operation and maintenance with in last 9 years . “The AVL projects should have been in commercial operations in

Refer to Corrigendum.

Page 527: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

527

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

to monitor, manage and control transit operations. In addition, the bidder should have integrated the AVL system with the Passenger Information sub-system to provide route and ETA (expected travel arrival) to passengers. The AVL projects should have been commissioned within the past 7 (seven) years from the date of submission of the bid and should have been in commercial operations for at least one year after successful system acceptance.

past 9 (Nine) years.”

2027. 53 Evaluation Criteria, point 2.3

The Bidder shall have experience on at least two AVL projects for intra-city public transit system with a fleet of at least 50 buses wherein the bidder shall have provided AVL system software and hardware to monitor, manage and control transit operations. In addition, the bidder should have integrated the AVL system with the Passenger Information sub-system to provide route and ETA (expected travel arrival) to passengers. The AVL projects should have been commissioned within the past 7 (seven) years from the date of submission of the bid and should have been in commercial operations for at least one year after successful system acceptance.

We would request the following changes to the clause:- The Bidder shall have experience on at least two AVL projects for intra-city public transit system with a fleet of at least 50 buses wherein the bidder shall have provided AVL system software and hardware to monitor, manage and control transit operations. In addition, the bidder should have integrated the AVL system with the Passenger Information sub-system to provide route and ETA (expected travel arrival) to passengers. The AVL projects should have been commissioned within the past 9 (Nine) years from the date of submission of the bid and should have been in commercial operations for at least one year after successful system

Refer to Corrigendum.

Page 528: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

528

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Number of Projects: 1) 2 Projects : 3 Marks 2) >2 and <5 Projects : 5 Marks 3) >5 Projects: 7.5 Marks

acceptance. Number of Projects: 1) 2 Projects with 50 buses each project : 3 Marks 2) 2 with more 50 to 100 Buses each project : 50 Marks 3) 5 Projects with more 150 buses in each project : 7.5 Marks

2028. 15 ICOMC_MSI_RFP_BBSR, Section 1Instruction to Bidder 5.2.7

all partners of the Joint Venture/Consortium shall be liable jointly and severally for the execution of the Contract in accordance with the Contract terms, and a statement to this effect shall be included in the authorization mentioned under ITB Clause 5.2.2 above, in the bid as well as in the Contract (in case of a successful bid).

We request to drop this criteria. It should be left to the lead consosrtium member to be solely responsible and accountable for the contract

Refer to Corrigendum.

2029. 48 ICOMC_MSI_RFP_BBSR, Section 1Instruction to Bidder 5.4

JV/Consortium No of consortium members should be increased to at least 7 or better to leave it upto the lead member to decide how many to incocroprate to best deliver the project.

RFP Conditions Prevail.

2030. 15 ICOMC_MSI_RFP_BBSR, 5. Qualifications of the Bidder

5.5 The Bidder shall comply to the below requirements: The OEM for each product or technology quoted should be in the business of that product or solution or technology for at least 3 years as on the date of release of the RFP.

Request you to add OEM experience point under this The proposed OEM solution for smart city platform (Data Normalization Software) should be deployed in at least 1 city in India and 5 cities globally. Bidder to furnish OEM self- certification with the name of the cities.

RFP Conditions Prevail.

2031. 52 Bid Data Sheet Technical

The Bidder (any member in case of consortium) shall have successfully executed at least

Query not clear.

Page 529: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

529

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Evaluation Sl. No 2.1

two (2) projects related to implementation of Integrated Operations Centre/Command and Control Centre integrating at least three (3) different city/campus-wide applications/sensors at the command and control centre for a city wide / campus wide deployment having a minimum value of INR 10 crores per project (excluding civil works) during last seven (7) years. 1) 2 Projects : 3 Marks 2) >2 and <5 Projects : 7 Marks 3) >5 Projects: 10 Marks

2032. 47 Bid Data Sheet Eligiblity Criteria Sl. No 15

The sole bidder or the consortium shall meet at least 4 out of 8 project experiences required as part of Criteria 7-14 and remaining criteria in Criteria 7-14 can be met by sub-contractor(s).

Query not clear.

2033. 51-54 Bid Data Sheet Technical Evaluation Sl. No 2- Project Experience

Documents Required :-- Sole Bidder/any Member of Consortium/Sub-Contractor(s): 1. Work order/ Contract clearly highlighting the scope of work, Bill of Material and value of the contract/order. 2. Completion Certificate issued & signed by the competent authority of the client entity on the entity’s Letterhead In case of large orders/orders with operations & maintenance phase, the

Refer to Addendum.

Page 530: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

530

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

completion may specify successful execution and inoperation status of a part of the order meeting the requirement.

2034. 42 5. Certifications

The Bidder (any member of consortium) shall have any one of the following Certifications valid at the time of Bidding: • ISO 9001:2015 • ISO 20000:2011 for IT Service Management or equivalent certification • ISO 27001:2013 for Information Security Management System or equivalent certification

We request that ISO 9001 : 2008 Certiofation be also considered since we are in the proces of migrating to the ISO 9001: 2015 shorlty.

Refer to Corrigendum.

2035. 42 7. ICOMC The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation of Integrated Operations Centre/Command and Control Centre integrating at least three (3) different city/campus-wide applications/sensors at the command and control centre for a city wide / campus wide deployment having a minimum value of INR 10 crores per project (excluding civil works) during last seven (7) years.

We request that the OEM Experience also be considred for the qualification purpose. We also request you to have the minimum value of 10 CR removed and modify it as integrated with minimum 500 Cameras or sensors instead. we request that the modified clause reads as " The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation of Integrated Operations Centre/Command and Control Centre integrating at least 500 Cameras / Sensors at the command and control centre for a city wide / campus wide

RFP Conditions Prevail.

Page 531: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

531

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

deployment, during last seven (7) years.

2036. 42 9. Transit ITS The bidder shall have experience on at least two AVL projects for intra-city public transit system with a fleet of at least 50 buses wherein the bidder shall have provided AVL system software and hardware to monitor, manage and control transit operations. In addition, the bidder should have integrated the AVL system with the Passenger Information sub-system to provide route and ETA (expected travel arrival) to passengers. The AVL projects should have been commissioned within the past 7 (seven) years from the date of submission of the bid and should have been in commercial operations for at least one year after successful system acceptance.

We request that the OEM Experience also be considred for the qualification purpose. We also request you to consider AVL projects that has Emergency Vehicles / Ambuances in the fleet and modify the Clause to read as " The bidder shall have experience on at least two AVL projects for Solid Waste Management / Emergency Response Managment or intra-city public transit system with a fleet of at least 50 Vehicles ( Municipal Vehicles / Police Vehicles / PCR Vehicles / Ambulances / Buses ) wherein the bidder shall have provided AVL system software and hardware to monitor, manage and control transit operations.The AVL projects should have been commissioned within the past 7 (seven) years from the date of submission of the bid and should have been in commercial operations for at least one year after successful system acceptance."

Refer to Corrigendum.

2037. 42 15. Overall The sole bidder or the consortium shall meet at least 4 out of 8 project experiences required as part of Criteria 7-14 and remaining criteria in Criteria 7-14 can be met by sub-contractor(s).

Our understanding is that the Sub Contactor can also be the OEM ( Original Equipment Manufacturer ) of the solutions you have listed in the ITB 5.1 (a ). So kindly modify this caluse to read

RFP Conditions Prevail.

Page 532: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

532

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

as " The sole bidder or the consortium shall meet at least 4 out of 8 project experiences required as part of Criteria 7-14 and remaining criteria in Criteria 7-14 can be met by OEM's / sub-contractor(s). "

2038. 50 2.1 The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation of Integrated Operations Centre/Command and Control Centre integrating at least three (3) different city/campus-wide applications/sensors at the command and control centre for a city wide / campus wide deployment having a minimum value of INR 10 crores per project (excluding civil works) during last seven (7) years. Number of Projects: 1) 2 Projects : 3 Marks 2) >2 and <5 Projects : 7 Marks 3) >5 Projects: 10 Marks

We request that the OEM Experience also be considred for the qualification purpose. We also request you to have the minimum value of 10 CR removed and modified is as integrated with minimum 500 Cameras or sensors instead. we request that the modified clause reads as " The Bidder (any member in case of consortium) shall have successfully executed at least two (2) projects related to implementation of Integrated Operations Centre/Command and Control Centre integrating at least 500 Cameras / Sensors at the command and control centre for a city wide / campus wide deployment, during last seven (7) years. Number of Projects: 1) 2 Projects : 3 Marks 2) >2 and <5 Projects : 7 Marks 3) >5 Projects: 10 Marks

RFP Conditions Prevail.

2039. 2.3 The bidder shall have experience on at least two AVL projects for intra-city public

We request that the OEM Experience also be considred for the qualification purpose.

Refer to Corrigendum.

Page 533: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

533

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

transit system with a fleet of at least 50 buses wherein the bidder shall have provided AVL system software and hardware to monitor, manage and control transit operations. In addition, the bidder should have integrated the AVL system with the Passenger Information sub-system to provide route and ETA (expected travel arrival) to passengers. The AVL projects should have been commissioned within the past 7 (seven) years from the date of submission of the bid and should have been in commercial operations for at least one year after successful system acceptance. Number of Projects: 1) 2 Projects : 3 Marks 2) >2 and <5 Projects : 5 Marks 3) >5 Projects: 7.5 Marks

We also request you to consider AVL projects that has Emergency Vehicles / Ambuances in the fleet and modify the Clause to read as " The bidder shall have experience on at least two AVL projects for Solid Waste Management / Emergency Response Managment or intra-city public transit system with a fleet of at least 50 Vehicles ( Municipal Vehicles / Police Vehicles / PCR Vehicles / Ambulances / Buses ) wherein the bidder shall have provided AVL system software and hardware to monitor, manage and control transit operations.The AVL projects should have been commissioned within the past 7 (seven) years from the date of submission of the bid and should have been in commercial operations for at least one year after successful system acceptance." Number of Projects: 1) 2 Projects : 3 Marks 2) >2 and <5 Projects : 5 Marks 3) >5 Projects: 7.5 Marks

2040. 13 Sec 1 / 4. Eligibility / Subclause 4

4.3) A parent company/ firm shall be allowed to use the credentials of its subsidiaries / associates provided, the stake of the parent company is more than 50% and satisfactory documentary proofs establishing the relationship and

Due to the complex nature of Domestic and International laws, The Parent Company/Firms of many OEMs organisations do not open "directly or wholly owned" subsidiaries in every country. Instead, they have "Holding

Refer to Corrigendum.

Page 534: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

534

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

stake are submitted. companies" which then have stakes in local organization /entities. Hence, limiting the eligibility of organisations and allowing the usage of credentials only where the "Parent Company has stake of more than 50%" makes this tender highly restrictive, and will bar many international organisations an opportunity to offer/showcase their solution . Our Recommendation : We request for relaxation of this criteria to allow more international OEMs to participate, by allowing them to use "credentials of Parent Company, any Direct & Indirect subsidiaries of Parent Companies, as well as Group Companies (Group Company being any company with whom the Bidder shares a common Parent, either directly or indirectly)

2041. 13 4.2 None of the member of a given JV/Consortium can be a member of another JV/Consortium for submitting this same bid otherwise all the bids comprising the same member shall stand disqualified. However, a sub-contractor can be a member of more than one JV/ Consortium.

Request to kindly limit the number of JV/SIs/Consortium Sub-contractor can go with for this opportunity to TWO at the maximum.

RFP Conditions Prevail.

2042. 715 Backup procedures

What is the restore window to consider for designing backup solution?

As per Bidder's solution.

2043. New Component

We are suggesting DEDICATED

As deemed appropriate by the bidder for proposing in its solution.

Page 535: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

535

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Request DDoS Attack Mitigation protection solution for the Traffic generated from the users, in order to safeguard the Network & Application Infrastructure. As per the recents Global events, related to IoT DDoS attacks generated from Cameras, it becomes a must requirement to handle the ZERO-DAY DDoS THREATS on REAL TIME BASIS (SIGNATURE LESS TECHNOLOGY) and the entire process should be automatic (i.e. without human intervention). Dedicated DDoS Mitigation Solution will provide behavioral based, automatically generated, real-time signatures, preventing attacks that are not vulnerability based and zero-minute attacks such as: network and application floods, HTTP floods, malware propagation, Web application hacking, brute force attacks aiming to defeat authentication schemes, and more—all without blocking legitimate users’ traffic and with no need for human intervention. Pls confirm the solution requirement to be proposed by the bidder, as part of the RFP SoW.

SUGGESTED CLAUSE: Dedicated appliance based DDOS Mitigation solution (not a part of Firewall or UTM or Router or ADC or Proxy based Architecture) with DoS Flood Attack Prevention Rate: upto 300 Mpps (EAL4+ or above certified). Automatic Real Time Signature generation within few seconds, without human interference. Device Throughput: 100 Gbps with 50% scalability in case of future requirement. Traffic Ports: 20 (SFP+) x 10GE 4 (QSFP+) x 40 GE and 4 (QSFP28) x 100 GE DDoS Mitigation solution vendor should have OEM TAC in India & should have Indian presense for more than 10 years.

Page 536: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

536

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

2044. New Component Request

We are suggesting DEDICATED DDoS Attack Mitigation protection solution for the Traffic generated from the users, in order to safeguard the Network & Application Infrastructure. As per the recents Global events, related to IoT DDoS attacks generated from Cameras, it becomes a must requirement to handle the ZERO-DAY DDoS THREATS on REAL TIME BASIS (SIGNATURE LESS TECHNOLOGY) and the entire process should be automatic (i.e. without human intervention). Dedicated DDoS Mitigation Solution will provide behavioral based, automatically generated, real-time signatures, preventing attacks that are not vulnerability based and zero-minute attacks such as: network and application floods, HTTP floods, malware propagation, Web application hacking, brute force attacks aiming to defeat authentication schemes, and more—all without blocking legitimate users’ traffic and with no need for human intervention. Pls confirm the solution requirement to be proposed by

SUGGESTED CLAUSE: Dedicated appliance based DDOS Mitigation solution (not a part of Firewall or UTM or Router or ADC or Proxy based Architecture) with DoS Flood Attack Prevention Rate: upto 300 Mpps (EAL4+ or above certified). Automatic Real Time Signature generation within few seconds, without human interference. Device Throughput: 100 Gbps with 50% scalability in case of future requirement. Traffic Ports: 20 (SFP+) x 10GE 4 (QSFP+) x 40 GE and 4 (QSFP28) x 100 GE DDoS Mitigation solution vendor should have OEM TAC in India & should have Indian presense for more than 10 years.

As deemed appropriate by the bidder for proposing in its solution.

Page 537: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

537

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

the bidder, as part of the RFP SoW.

2045. 61 Section 2 : Tech. Proposal Annexure - 2 : Bid Submission Checklist S.No.4

MoU for JV/Consortium Request you to provide the format / specimen for MoU for JV/Consortium.

Kindly refer Appendix 6 at Pg. 77.

2046. 61 Section 2 : Tech. Proposal Annexure - 2 : Bid Submission Checklist S.No.11, 13, 15 & 17

Financials - Partner in Charge, Partner 1, Partner 2, Partner 3.

What documents / proof are to be submitted in Financials. If it’s the same as that of Financial Qualification of Bidder then it would be a duplication of the same. Request you to kindly clarify the same.

All partners are required to submit Appendix 5 as per the format provided in RFP.

2047. 61 Section 2 : Tech. Proposal Annexure - 2 : Bid Submission Checklist

Bid Submission Checklist Do we need to submit Bid Submission Checklist in the proposal in the form of Index?

Yes with indexation and page numbering.

2048. 61 Section 2 : Tech. Proposal Annexure - 2 : Bid Submission Checklist

Annexure - 2 : Bid Submission Checklist

Some of the line items mentioned in the Qualification Documents and Technical Proposal are missing in the Annexure - 2 : Bid Submission check list. They are: 1. Copy of Sales Tax & Service Tax registration in India 2. Detailed Technical Description.. solution. 3. Data Sheets

The RFP conditions are self-explanatory.

Page 538: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

538

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

4. Description of approach, methodology, and work plan Where do we submit the same?

2049. 62 Section 2 : Tech. Proposal Annexure - 2 : Bid Submission Checklist S.No.41.

Signed & Stamped RFP document (by Authorised Signatory)

Query not clear.

2050. 62 Section 2 : Tech. Proposal Annexure - 2 : Bid Submission Checklist S.No.36

Performance Bank Guarantee Form

The Performance Bank Guarantee Form (format) is missing in the RFP document. Do we need to submit the same in the proposal because PBG is submitted after the award of contract.

Required to be submitted only by successful bidder. Format provided with Standard Form of Contract.

2051. 62 Section 2 : Tech. Proposal Annexure - 2 : Bid Submission Checklist S.No.43

Original Price Bid (only original copy)

Kindly clarify the aforesaid Price Bid clause. As mentioned in the RFP document, we need to only upload the Price Bid while no copy is to be enclosed or submitted.

Financial Bid shall only be uploaded as per directions provided in RFP. Any hard copy submission of Financial bid shall lead to rejection of bid.

2052. 62 Section 2 : Tech. Proposal Annexure - 2 : Bid Submission Checklist S.No.45

CD of technical presentation showcasing bidders qualifications, solution and innovation

Do we need to submit the CD of presentation along with the hardcopy of the proposal or during the technical presentation period.

CD shall be submitted along with hard copy of proposal.

Page 539: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

539

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

2053. 65 Section 2-Appendix 1

We request the following changes in the Appendix: … If negotiations are held during the period of validity of the Proposal, we undertake to negotiateinaccordancewiththeRFP read along with the deviations as captured in the Proposal.Ourproposalisbindinguponus,subjectonlytothe modifications resulting from negotiations in accordance with theRFP. We hereby declare that: (a) All the information and statements made in this Proposal are true, nothing hasbeenomittedwhichrenderssuchinformationmisleadingandweaccept that any misinterpretation or misrepresentation contained in this Proposal may lead to our disqualification by theClient. (b) All documents accompanying our Proposal are true copies of their respective originals. We will make available to the Client any additional information it may find necessary or require to authenticate or evaluate the Proposal. (c) Our Proposal shall be valid and remain binding upon us for the period of time specified in the Bid Data Sheet, Clause16(a).

RFP Conditions Prevail.

Page 540: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

540

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

(d) We and our Affiliates are not submitting more than one or separate Proposals. (e) We or any of our Affiliates have not been charge-sheeted by any agency of thegovernmentorconvictedbyacourtoflaw,indictedorhavehadadverse orders passed by a regulatory authority which could materially effect ourability to execute theContract. (f) Noinvestigationbyaregulatoryauthorityispendingeitheragainstusorany of our Affiliates or against our chief executive officer or any of our directors/managers/employees that will materially effect our ability to execute the contract. (g) If due to any change in facts or circumstances during the bid process, we attract the provisions of disqualification in terms of the provisions of this RFP, we shall inform the Client of the samepromptly. (h) We meet the Eligibility Criteria and all other requirements of the RFP and arequalifiedtosubmitaProposal,Wehavenotdirectlyorindirectlythrough an agent intentionally engaged or

Page 541: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

541

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

indulged in any corrupt practice, fraudulent practice, coercive practice, collusive practice, undesirable practice or restrictive practice as defined in Section 5 of the ITB. We undertake to continue to abide by and ensure that our Personnel comply with the Client’s policy with regard to corrupt and fraudulent practices as per Clause 5 and Section5. (i) We or our,for any part of the Contract, are not subject to any temporary suspension and have not been barred by any government or government instrumentality in India or in any other jurisdiction to which we belong or in which we conduct business or by any multilateral funding agency, from participatinginanyprojectorbeingawardedanycontractorbeinggivenany funding and no such suspension or bar subsists on the Proposal DueDate. (j) Inthelast3(three)years,wehaveneitherbeenexpelledfrom any project or contract by any government or government instrumentality nor have had any contract terminated by any government or government instrumentality for breach on ourpart that will materially effect our capability to deliver services to you.

Page 542: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

542

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

(k) if we are selected as the MSI, we undertake the mutually agreed Contract and provide the GoodsandServicesonthebasisoftherequirementsasdefinedintheRFP and our proposedSolution read along with the proposal submitted by the MSI…”

2054. 65 Section 2-Appendix 2

We request the following changes in the Appendix: … If negotiations are held during the period of validity of the Proposal, we undertake to negotiateinaccordancewiththeRFP read along with the deviations as captured in the Proposal.Ourproposalisbindinguponus,subjectonlytothe modifications resulting from negotiations in accordance with theRFP. We hereby declare that: (a) All the information and statements made in this Proposal are true, nothing hasbeenomittedwhichrenderssuchinformationmisleadingandweaccept that any misinterpretation or misrepresentation contained in this Proposal may lead to our disqualification by theClient. (b) All documents accompanying our Proposal are true copies of their respective originals. We will make

RFP Conditions Prevail.

Page 543: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

543

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

available to the Client any additional information it may find necessary or require to authenticate or evaluate the Proposal. (c) Our Proposal shall be valid and remain binding upon us for the period of time specified in the Bid Data Sheet, Clause16(a). (d) We and our Affiliates are not submitting more than one or separate Proposals. (e) We or any of our Affiliates have not been charge-sheeted by any agency of thegovernmentorconvictedbyacourtoflaw,indictedorhavehadadverse orders passed by a regulatory authority which could materially effect ourability to execute theContract. (f) Noinvestigationbyaregulatoryauthorityispendingeitheragainstusorany of our Affiliates or against our chief executive officer or any of our directors/managers/employees that will materially effect our ability to execute the contract. (g) If due to any change in facts or circumstances during the bid process, we attract the provisions of disqualification in terms of the provisions of this RFP, we shall

Page 544: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

544

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

inform the Client of the samepromptly. (h) We meet the Eligibility Criteria and all other requirements of the RFP and arequalifiedtosubmitaProposal,Wehavenotdirectlyorindirectlythrough an agent intentionally engaged or indulged in any corrupt practice, fraudulent practice, coercive practice, collusive practice, undesirable practice or restrictive practice as defined in Section 5 of the ITB. We undertake to continue to abide by and ensure that our Personnel comply with the Client’s policy with regard to corrupt and fraudulent practices as per Clause 5 and Section5. (i) We or our,for any part of the Contract, are not subject to any temporary suspension and have not been barred by any government or government instrumentality in India or in any other jurisdiction to which we belong or in which we conduct business or by any multilateral funding agency, from participatinginanyprojectorbeingawardedanycontractorbeinggivenany funding and no such suspension or bar subsists on the Proposal DueDate. (j) Inthelast3(three)years,wehaveneith

Page 545: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

545

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

erbeenexpelledfrom any project or contract by any government or government instrumentality nor have had any contract terminated by any government or government instrumentality for breach on ourpart that will materially effect our capability to deliver services to you. (k) if we are selected as the MSI, we undertake the mutually agreed Contract and provide the GoodsandServicesonthebasisoftherequirementsasdefinedintheRFP and our proposedSolution read along with the proposal submitted by the MSI…”

2055. 70 Section 2-Appendix 3

We request for the following change in the clause: “…fails to execute the Contract read along with thedeviations to the terms and conditions of the contract…”

RFP Conditions Prevail.

2056. 76 Section 2- Appendix 5

be audited by a statutoryauditor; Query: Bidder can provide for certificate endorsed by the Company Secretary (statutory post) of the company. We request removal of the requirement to submit a statutory auditor’s certificate.

RFP Conditions Prevail.

2057. 77 Section 2-Appendix 6

Query: We believe that the consortium agreement is an agreement between partner in charge and its other consortium partners. Please allow us to sign into the format that we deem fit. Having a template introduced will

RFP Conditions Prevail.

Page 546: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

546

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

lead to unnecessary delays in the process.

2058. 78 RFP Vol I, Section 2 - "Technical Proposal – Standard Forms"

Joint and Several Liability: The Parties do hereby undertake to be jointly and severally responsible for all obligations and liabilities relating to the Project and in accordance with the terms of the RFP and the Contract, for the performance of the Contract.

Parties for individual interventions are not in a position to accept Joint & Several liability of the entire project . We request you to accept responsibilities as per respective scope of the parties. However, Lead Membershall be jointly & severally liable to the employer for the project

Refer to Corrigendum.

2059. 85 Section 2-Appendix 9

We request the following changes: “[The Bidder-in-charge shall submit an undertaking (on company letterhead and should be signed and stamped by all members of JV/Consortium) confirming compliance to all business, functional and technical requirements as specified in this RFP read along with the proposal submitted by the Bidder-in-charge.] . The Bidder shall submit undertaking with following points: 1. We further confirm that unless we include such clauses in the “Statement of Deviation” [as stated in Appendix 10] attached herewith and prices against such clauses in the Price Form 1.7 of Financial Proposal, the comment shall be considered as unconditionally withdrawn with no financial and

RFP Conditions Prevail.

Page 547: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

547

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

timeimplications. 2. We hereby confirm that except for deviations noted in the form of the Statement of Deviation attached herewith, our proposal is fully and trulycompliant. The Bidder shall also note that: 1. UnlessBidderincludessuchclausesintheStatementofDeviation[asperAppendix 10] and prices against such clauses in the Price Form 1.7 of Financial Proposal, such deviation/non-compliance shall be considered as unconditionally withdrawn with no financial and timeimplications. 2. Any comment by the Bidder elsewhere in the proposal which indicates no- compliance/deviation and which has not been included in the form of Statement of Deviations shall be treated as “Fully Compliant” with no financial and time implications. 3. The “Statement of Deviation” shall be completed by the Bidder in case of any non- compliance or any observation or alternate solution/design to the tender specifications. 4. . 5. The Client reserves the right to accept or reject any deviation proposed by the Bidder at the price quoted by the Bidder. Then the

Page 548: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

548

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Contract price will be adjusted accordingly. 6. [Query: We need to understand the discrepancy that is intended here.] Proposals received without Bid Compliance Undertaking shall be rejected as non- responsive. Proposals with missing, incomplete, or ambiguous responses regarding compliancemaybedeemednon-responsive.Biddersmustsubmitfullycompliantproposal with all the requirements as defined in the document. Client reserves the right to request more information for any or all responses listed after the bid submission deadline during the technical evaluationstage.”

2060. 86 Section 2-Appendix 10

We hereby confirm that the deviation noted in the form of the Statement of Deviation abovebutarenotpricedinthePriceForm1.7ofFinancialProposal; such deviations shall be considered as unconditionally withdrawn with no financial and time implications.

Query: All deviations cannot be priced in. We request the removal of a requirement to attach a price value to any of the deviations.

RFP Conditions Prevail.

2061. 87 Section 2- Appendix 11

We request the following change in the clause: “I M/s. ……………… , (the name of the Bidder/theregisteredoffice), as of the date of submission, herebycertifyandconfirmthatwearenotbarredorblacklistedbyany Central/StateGovernmentDepartmentorCentral/StatePSUsgloballyfrom

RFP Conditions Prevail.

Page 549: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

549

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

participating in any project or being awarded any contract, either individually or as member of a consortium and no such bar or blacklisting subsists as on the Proposal DueDate. We further confirm that we are aware our Proposal for the Master System Integrator for implementationofBhubaneshwarSmartCitySolutionsProjectwouldbeliableforrejection in case any material misrepresentation is made or discovered with regard to the requirements of this RFP at any stage of selection and/or thereafter during the term of the Contract.”

2062. 95 Section 2- Appendix 18

We request for the following amendment: “…Whereas, [name of Party], [name of Party] and [name of Party] (collectively the “Consortium”) being Partners of the Consortium are interested in bidding for the Project in accordancewiththetermsandconditionsoftheRequestforProposalandotherconnected documents in respect of the Project read along with the proposal,…”

RFP Conditions Prevail.

2063. 98 Section 2-Appendix 19

“…If negotiations are held during the period of validity of the Proposal, we undertake to negotiateinaccordancewiththeRFP read along with our proposal.OurProposalisbindinguponus,subjectonlytothe modifications resulting from negotiations in

RFP Conditions Prevail.

Page 550: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

550

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

accordance with theRFP. We understand you are not bound to accept any Proposal you receive. Further: 1. We acknowledge that Client will be relying on the information provided in the Proposal and the documents accompanying the Proposal for appointment of the MasterSystemIntegrator,andwecertifythatallinformation provided intheProposal andinthesupportingdocumentsistrueandcorrect,nothinghasbeenomittedwhich renders such information misleading; and all documents accompanying such Proposal are true copies of their respectiveoriginals. 2. This statement is made for the express purpose of appointment as the Master System Integrator for the aforesaidProject. 3. WeshallmakeavailabletoClientanyadditionalinformationit may deemnecessary or require for supplementing or authenticating theProposal. 4. We acknowledge the right of Client to reject our application without assigning any reason or otherwise and hereby waive our right to challenge the same on any accountwhatsoever. 5. We certify that in the last 3 (three) years, we have neither failed to perform on any contract, as

Page 551: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

551

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

evidenced by imposition of a penalty by an arbitral or judicial authority or a judicial pronouncement or arbitration award against the Bidder, nor beenexpelledfromanyprojectorcontractbyanypublicauthoritynorhavehadany contract terminated by any public authority for breach on ourpart which will materially effect our capability to delivery services to the Client. 6. We declarethat: a) We have examined and have no reservations to the RFP and any relevant issues are highlighted in the proposal submitted by the Bidder, including any Addendum issued by theClient; … a) We have not directly or indirectly or through an agent intentionally engaged or indulged in anycorruptpractice,fraudulentpractice,coercivepractice,undesirablepractice orrestrictivepractice,asdefinedintheRFPdocument,in respect toanytender or request for proposal issued by or any agreement entered into with Client or any other public sector enterprise or any government, Central or State;and b) We hereby certify that we have taken steps to ensure that no person acting for us or on our behalf will engage in any corrupt

Page 552: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

552

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

practice, fraudulent practice, coercive practice, undesirable practice or restrictivepractice. 7. Weunderstandthatyoumaycanceltheselectionprocessatanytimeandthatyou are neither bound to accept any Proposal that you may receive nor to appoint the Master System Integrator, without incurring any liability to theBidders. 8. We declare that we are not a member of any other Consortium/Joint Venture applying for appointment as a Master SystemIntegrator. 9. We certify that in regard to matters other than security and integrity of the country, we or any of our affiliates have not been convicted by a court of law or indicted or adverse orders passed by a regulatory authority which would cast a doubt on our ability to undertake the Master System Integrator services for the Project or which relates to a grave offence that outrages the moral sense of thecommunity. 10. We further certify that in regard to matters relating to security and integrity of the country, we have not been charge-sheeted by any agency of the Government or convicted by a court of law for any offence committed by us or by any of our affiliates.Wefurthercertifythatneither

Page 553: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

553

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

wenoranyofourconsortiummembershave been barred by the central government, any state government, a statutory body or anypublicsectorundertaking,asthecasemaybe,fromparticipatinginanyproject or bid, and that any such bar, if any, does not subsist as on the date of thisRFP. 11. We further certify that no investigation by a regulatory authority is pending either against us or against our affiliates or against our CEO or any of our Directors/ Managers/employees which will effect our capability to deliver services to you. 12. We hereby irrevocably waive any right or remedy which we may have at any stage at law or howsoever otherwise arising to challenge or question any decision taken by Client in connection with the appointment of Master System Integrator or in connection with the selection process itself in respect of the above mentioned Project. 13. We agree and understand that the proposal is subject to the provisions of the RFP document. In no case, shall we have any claim or right of whatsoever nature if the Master System Integration services for the Project is not awarded to us or our proposal is not opened orrejected. 14. In the event of our being selected as the Master System

Page 554: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

554

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Integrator, we agree to enter into a Contract in accordance with the contract prescribed in the RFP read along with any deviations suggested in the Proposal. We agree not to seek any changes in the aforesaid form and agree to abide by the same….”

2064. 98 Section 2-Appendix 20

“…If negotiations are held during the period of validity of the Proposal, we undertake to negotiateinaccordancewiththeRFP read along with our proposal.OurProposalisbindinguponus,subjectonlytothe modifications resulting from negotiations in accordance with theRFP. We understand you are not bound to accept any Proposal you receive. Further: 1. We acknowledge that Client will be relying on the information provided in the Proposal and the documents accompanying the Proposal for appointment of the MasterSystemIntegrator,andwecertifythatallinformation provided intheProposal andinthesupportingdocumentsistrueandcorrect,nothinghasbeenomittedwhich renders such information misleading; and all documents accompanying such Proposal are true copies of their respectiveoriginals. 2. This statement is made for the express purpose of appointment as

RFP Conditions Prevail.

Page 555: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

555

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

the Master System Integrator for the aforesaidProject. 3. WeshallmakeavailabletoClientanyadditionalinformationit may deemnecessary or require for supplementing or authenticating theProposal. 4. We acknowledge the right of Client to reject our application without assigning any reason or otherwise and hereby waive our right to challenge the same on any accountwhatsoever. 5. We certify that in the last 3 (three) years, we have neither failed to perform on any contract, as evidenced by imposition of a penalty by an arbitral or judicial authority or a judicial pronouncement or arbitration award against the Bidder, nor beenexpelledfromanyprojectorcontractbyanypublicauthoritynorhavehadany contract terminated by any public authority for breach on ourpart which will materially effect our capability to delivery services to the Client. 6. We declarethat: a) We have examined and have no reservations to the RFP and any relevant issues are highlighted in the proposal submitted by the Bidder, including any Addendum issued by theClient; …

Page 556: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

556

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

a) We have not directly or indirectly or through an agent intentionally engaged or indulged in anycorruptpractice,fraudulentpractice,coercivepractice,undesirablepractice orrestrictivepractice,asdefinedintheRFPdocument,in respect toanytender or request for proposal issued by or any agreement entered into with Client or any other public sector enterprise or any government, Central or State;and b) We hereby certify that we have taken steps to ensure that no person acting for us or on our behalf will engage in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictivepractice. 7. Weunderstandthatyoumaycanceltheselectionprocessatanytimeandthatyou are neither bound to accept any Proposal that you may receive nor to appoint the Master System Integrator, without incurring any liability to theBidders. 8. We declare that we are not a member of any other Consortium/Joint Venture applying for appointment as a Master SystemIntegrator. 9. We certify that in regard to matters other than security and integrity of the country, we or any of our affiliates have not been convicted by a court of law or

Page 557: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

557

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

indicted or adverse orders passed by a regulatory authority which would cast a doubt on our ability to undertake the Master System Integrator services for the Project or which relates to a grave offence that outrages the moral sense of thecommunity. 10. We further certify that in regard to matters relating to security and integrity of the country, we have not been charge-sheeted by any agency of the Government or convicted by a court of law for any offence committed by us or by any of our affiliates.Wefurthercertifythatneitherwenoranyofourconsortiummembershave been barred by the central government, any state government, a statutory body or anypublicsectorundertaking,asthecasemaybe,fromparticipatinginanyproject or bid, and that any such bar, if any, does not subsist as on the date of thisRFP. 11. We further certify that no investigation by a regulatory authority is pending either against us or against our affiliates or against our CEO or any of our Directors/ Managers/employees which will effect our capability to deliver services to you. 12. We hereby irrevocably waive any right or remedy which we may have at any stage at law or howsoever otherwise arising to

Page 558: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

558

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

challenge or question any decision taken by Client in connection with the appointment of Master System Integrator or in connection with the selection process itself in respect of the above mentioned Project. 13. We agree and understand that the proposal is subject to the provisions of the RFP document. In no case, shall we have any claim or right of whatsoever nature if the Master System Integration services for the Project is not awarded to us or our proposal is not opened orrejected. 14. In the event of our being selected as the Master System Integrator, we agree to enter into a Contract in accordance with the contract prescribed in the RFP read along with any deviations suggested in the Proposal. We agree not to seek any changes in the aforesaid form and agree to abide by the same….”

2065. 98 Section 2-Appendix 21

“…If negotiations are held during the period of validity of the Proposal, we undertake to negotiateinaccordancewiththeRFP read along with our proposal.OurProposalisbindinguponus,subjectonlytothe modifications resulting from negotiations in accordance with theRFP. We understand you are not bound to accept any Proposal you receive. Further:

RFP Conditions Prevail.

Page 559: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

559

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

1. We acknowledge that Client will be relying on the information provided in the Proposal and the documents accompanying the Proposal for appointment of the MasterSystemIntegrator,andwecertifythatallinformation provided intheProposal andinthesupportingdocumentsistrueandcorrect,nothinghasbeenomittedwhich renders such information misleading; and all documents accompanying such Proposal are true copies of their respectiveoriginals. 2. This statement is made for the express purpose of appointment as the Master System Integrator for the aforesaidProject. 3. WeshallmakeavailabletoClientanyadditionalinformationit may deemnecessary or require for supplementing or authenticating theProposal. 4. We acknowledge the right of Client to reject our application without assigning any reason or otherwise and hereby waive our right to challenge the same on any accountwhatsoever. 5. We certify that in the last 3 (three) years, we have neither failed to perform on any contract, as evidenced by imposition of a penalty by an arbitral or judicial authority or a judicial pronouncement or arbitration award

Page 560: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

560

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

against the Bidder, nor beenexpelledfromanyprojectorcontractbyanypublicauthoritynorhavehadany contract terminated by any public authority for breach on ourpart which will materially effect our capability to delivery services to the Client. 6. We declarethat: a) We have examined and have no reservations to the RFP and any relevant issues are highlighted in the proposal submitted by the Bidder, including any Addendum issued by theClient; … a) We have not directly or indirectly or through an agent intentionally engaged or indulged in anycorruptpractice,fraudulentpractice,coercivepractice,undesirablepractice orrestrictivepractice,asdefinedintheRFPdocument,in respect toanytender or request for proposal issued by or any agreement entered into with Client or any other public sector enterprise or any government, Central or State;and b) We hereby certify that we have taken steps to ensure that no person acting for us or on our behalf will engage in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictivepractice. 7.

Page 561: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

561

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Weunderstandthatyoumaycanceltheselectionprocessatanytimeandthatyou are neither bound to accept any Proposal that you may receive nor to appoint the Master System Integrator, without incurring any liability to theBidders. 8. We declare that we are not a member of any other Consortium/Joint Venture applying for appointment as a Master SystemIntegrator. 9. We certify that in regard to matters other than security and integrity of the country, we or any of our affiliates have not been convicted by a court of law or indicted or adverse orders passed by a regulatory authority which would cast a doubt on our ability to undertake the Master System Integrator services for the Project or which relates to a grave offence that outrages the moral sense of thecommunity. 10. We further certify that in regard to matters relating to security and integrity of the country, we have not been charge-sheeted by any agency of the Government or convicted by a court of law for any offence committed by us or by any of our affiliates.Wefurthercertifythatneitherwenoranyofourconsortiummembershave been barred by the central government, any state government, a statutory body or

Page 562: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

562

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

anypublicsectorundertaking,asthecasemaybe,fromparticipatinginanyproject or bid, and that any such bar, if any, does not subsist as on the date of thisRFP. 11. We further certify that no investigation by a regulatory authority is pending either against us or against our affiliates or against our CEO or any of our Directors/ Managers/employees which will effect our capability to deliver services to you. 12. We hereby irrevocably waive any right or remedy which we may have at any stage at law or howsoever otherwise arising to challenge or question any decision taken by Client in connection with the appointment of Master System Integrator or in connection with the selection process itself in respect of the above mentioned Project. 13. We agree and understand that the proposal is subject to the provisions of the RFP document. In no case, shall we have any claim or right of whatsoever nature if the Master System Integration services for the Project is not awarded to us or our proposal is not opened orrejected. 14. In the event of our being selected as the Master System Integrator, we agree to enter into a Contract in accordance with the contract prescribed in the RFP read along with any deviations

Page 563: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

563

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

suggested in the Proposal. We agree not to seek any changes in the aforesaid form and agree to abide by the same….”

2066. 102 and 216

ICOMC_MSI_RFP_BBSR, APPENDIX 21

Supply, Implementation, Integration, Testing, Commissioning and Operational Acceptance: Integrate all systems from ICOMC to a central GIS platform being provided as part of this RFP.

Where should we put the Cost for the "GIS related services ( i.e Implementation, Integration with various systems , Testing, Commissioning etc)"? Supply and Installation Cost Sub-Table 1 ( Section 1.5) only asks for supply items. Please clarify.

Refer to BoQ in the Corrigendum. Also refer Note 4 on Page 134 of RFP.

2067. 89 Appendix APPENDIX 13: LIST OF PROPOSED SUB-CONTRACTOR (IF APPLICABLE)

Request to please remove this Appendix.

RFP Conditions Prevail.

2068. 829 III. Special Conditions of Contract

Commencement of Contract: The number of days shall be 30 (Thirty) Days from issuance of LOA

We request you to change this to 30 (Thirty) Days from the date of signing the Contract agreement.

RFP Conditions Prevail.

2069. 829 GCC 12.1 Expiration of Contract: The term of the Contract shall be One Hundred and Eight (108) Months, which may be extended on mutually agreed terms and conditions, subject to satisfactory performance of the Services by the MSI. If the term of the Contract is extended pursuant to the Clause 12 of the GCC, then the MSI shall also extend the validity of the Performance Security for an equivalent period.

Product generally have life cycle of approximately 5-7 years ie 60 - 84 months. 108 months would require more than 9 years of support on quoted products. OEMs will have issue supporting the same. Request you to reduce to 84 months.

RFP Conditions Prevail.

2070. 830 GCC 21.7 Other Obligations of

The MSI shall be entitled for full monetization from city Wi-Fi network operations and retain

Request confirmation that the bidder is free to do monetization either through a member of

Discretion of MSI.

Page 564: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

564

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

the Bidder this revenue in compliance … The MSI shall be given rights to put extra duct and fibre which MSI can monetize.

consortium or through a sub-contractor.

2071. 830 GCC 21.7 Other Obligations of the Bidder

The MSI shall be entitled for full monetization from city Wi-Fi network operations and retain this revenue in compliance … The MSI shall be given rights to put extra duct and fibre which MSI can monetize.

Request confirmation that the bidder is free to do monetization either through a member of consortium or through a sub-contractor.

Discretion of MSI.

2072. 832 Special Condition of Contract-Payment terms GCC 40.1

Supply and Installation cost Request to consider milestone based payment on bought outs as below: 1.Supply of Hardware/Equipment-30% of payment 2.Installation of Hardware /equipment-50% of payment 3.Power on of Hardware /equipment-20% of payment

RFP Conditions Prevail.

2073. 832 Sect 6 III. Special Conditions of Contract GCC 25.1(c)

The MSI shall obtain Third-Party Liability Insurance in the amount of INR 10 crores. The Insurance shall cover the entire Contract Period.

It is recommended to delete this clause

RFP Conditions Prevail.

2074. 832 Section -6 40.1

Subject to the provisions of GCC Clause 40, the Client shall pay the Contract Price to the MSI according to the categories and in the manner specified below. The Total Contract Price shall be categorized as: I. Supply and Installation Cost : System Supply & Installation Cost (for providing the Smart City Solutions and achieving

Recommended to consider following payment terms for Capex : 1- 20% of Capex Value as mobilization advance 2- 50% on delivery on pro-rata basis 3- 20% on Installation on Pro-rata Basis 4- 10% on Project Go-live

RFP Conditions Prevail.

Page 565: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

565

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Operational Acceptance), which includes all the costs up to the Operational Acceptance; II. Recurrent Cost: Total of all Annual Recurrent Costs during DLP/Warranty Period and Post-Warranty Service (Comprehensive Maintenance) Period.

Opex Payment Terms: Recommended monthly payment in arrears

2075. 833 Sect 6 III. Special Conditions of Contract GCC 39(c)(iv)

Post Warranty Service Period Kindly specify the post warranty service period

Kindly refer SCC 1(rr), Pg. 829.

2076. 833 Sect 6 III. Special Conditions of Contract GCC 40.1

Payment Schedule It is recommended to change the payment terms as mentioned below, because RFP terms are not favorable to SI. - 100% payment for Hardware and Software on delivery and Installation. - 100% payment for Implementation Services till Go-live - 100% payment of training cost upon completion of training - Payment for Infra O&M as equated quarterly installment in Advance - Payment for Services O&M as equated monthly installment in Arrears.

RFP Conditions Prevail.

2077. 833 III GCC 40.1 Supply and Installation Cost : System Supply & Installation Cost (for providing the Smart City Solutions and achieving Operational Acceptance), which includes all the costs up to the

Request to amend the clause with 75% on delivery and rest on acceptance test as majority of this is bought out component and Bidder has to pay this upfront to OEM's.

RFP Conditions Prevail.

Page 566: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

566

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Operational Acceptance;

2078. 833 Section 6 GCC 40.1 Payment Terms

The payment terms given is not favourable and attractive for the MSI as only 35% will be released after supplying the equipments. While most of the capex wil be held up even in the second year for many subsystems. Further 15% of capex is tied up for 7 years. It is suggested that complete Capex should be released by Go-Live and payment terms should be made more favourable making it an attractive SI opportunity.

RFP Conditions Prevail.

2079. 833 6 GCC 40.1 Supply and Installation Cost (SIC)

Kindly clarify the payment schedule for ICOMC: Total is 95% instead of 100% 1. Project Plan-2% 2. Design- 3% 3. Supply of equipment-30% 4. Installation, Completion-20% 5. System Acceptance- 20% 6. Go-Live of All Systems (at Final ICOMC)- 5%

RFP Conditions Prevail.

2080. 833 Special Conditions of contract

GCC 40.1 Supply and Installation Cost (SIC)

25% payment will be relased after Go-Live. Kindly modify the payment terms for CAPEX as 1. Project Plan- 5% 2. Design- 5% 3. Supply of equipment- 40% 4. Installation-20% 5. System Acceptance-5% 6. Go-Live a. 90% System-1% b. 100% System-2% 7. Go- Live of all system at ICOMC a. 90% system-1%

RFP Conditions Prevail.

Page 567: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

567

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

b. 100% system-2% 8. Go- Live of all system at Final ICOMC-4%

2081. 834 GCC 40.1 AMC Period (7 years); 15% (Quarterly payments for 7 years)

Quarterly in advance? What does this 15% milestone means?

The RFP conditions are self-explanatory.

2082. 837 GCC 55.2 Liquidated damages shall be assessed at 1.0 percent per week of System Supply and Installation Cost (SIC). The maximum liquidated damages are 10 percent of the System Supply and Implementation Cost (SIC).

Request you to cmend the clause as "Liquidated damages shall be assessed at 0.5 percent per week of System Supply and Installation Cost (SIC). The maximum liquidated damages are 10 percent of the System Supply and Implementation Cost (SIC)."

RFP Conditions Prevail.

2083. 838 Section -6 55.2

Liquidated damages shall be assessed at 1.0 percent per week of System Supply and Installation Cost (SIC). The maximum liquidated damages are 10 percent of the System Supply and Implementation Cost (SIC).

Liquidated damages shall be assessed at 1.0 percent per week of System Supply and Installation Cost (SIC). The maximum liquidated damages are 10 percent of delayed portion of work.

RFP Conditions Prevail.

2084. 838 8.4.2. Operation & Maintenance Phase related SLAs (During DLP & AMC Period)/GCC 55.2 Liquidated Damages/GCC 55.3

Penalty shall be applicable only for the causes solely attributable to vendor.

RFP Conditions Prevail.

2085. 838 GCC 55.3 Liquidated damages shall be assessed at 1.0 percent per week of the total milestone

Notwithstanding anything stated to the contrary, the aggregate of all penalties and liquidated damages

RFP Conditions Prevail.

Page 568: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

568

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

payment. Maximum liquidated damages shall be 10 percent of the total milestone payment.

under this Contract shall not exceed 10% of the Total Contract Price. Any penalty shall be levied only for reasons solely attributable to the MSI. Penalty shall constitute the company’s sole and exclusive remedy against the MSI for such defect/delay.”

2086. 833 Sect 6 III. Special Conditions of Contract GCC 40.1

Payment Schedule The invoicing will be 100% right at the time of delivery as per the destined statutory requirement with GST implementation which also enforces reporting sale along with GST against customer's GST number. Supplier will have to generate invoice for full value with GST for supply of goods irrespective of milestones agreed with the customer as and when delivered. Supplier won't be able to raise tax only invoice sue moto any more. 100% of the taxes has to be invoiced with 100% of Goods Delivery billing and required to report the Government as sale in the month in which goods delivered. Hence, it is paramount that milestone based payment for Goods/License Delivery needs to be replaced with 100% payment towards Goods/License sale right on delivery. This asks for your consideration and change in payment milestones for the Good Delivered.

RFP Conditions Prevail.

2087. 833 Special Installation Completion (prorata The ''Installation"should mean - 1) RFP Conditions Prevail.

Page 569: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

569

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Condition of Contract-Payment terms GCC 40.1

payment at each 20% installation)

All h/w and equipments are power on tested 2) All the s/w are installed on the h/w and equipment environment 3) Installation of the s/w would not mean "Implementation". It would just mean installing the s/w and do a power on testing that it is installed on the h/w and equipments. The "Implementation"shall be done by the time of System Acceptance phase comes.

2088. 139 Section 4 “…If negotiations are held during the period of validity of the Proposal, we undertake to negotiateinaccordancewiththeRFP read along with our proposal.OurProposalisbindinguponus,subjectonlytothe modifications resulting from negotiations in accordance with theRFP. We understand you are not bound to accept any Proposal you receive. Further: 1. We acknowledge that Client will be relying on the information provided in the Proposal and the documents accompanying the Proposal for appointment of the MasterSystemIntegrator,andwecertifythatallinformation provided intheProposal andinthesupportingdocumentsistrueandcorrect,nothinghasbeenomittedwhich renders such information misleading; and all documents accompanying such Proposal are

RFP Conditions Prevail.

Page 570: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

570

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

true copies of their respectiveoriginals. 2. This statement is made for the express purpose of appointment as the Master System Integrator for the aforesaidProject. 3. WeshallmakeavailabletoClientanyadditionalinformationit may deemnecessary or require for supplementing or authenticating theProposal. 4. We acknowledge the right of Client to reject our application without assigning any reason or otherwise and hereby waive our right to challenge the same on any accountwhatsoever. 5. We certify that in the last 3 (three) years, we have neither failed to perform on any contract, as evidenced by imposition of a penalty by an arbitral or judicial authority or a judicial pronouncement or arbitration award against the Bidder, nor beenexpelledfromanyprojectorcontractbyanypublicauthoritynorhavehadany contract terminated by any public authority for breach on ourpart which will materially effect our capability to delivery services to the Client. 6. We declarethat: a) We have examined and have no reservations to the RFP and any relevant issues are highlighted in the proposal submitted by the

Page 571: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

571

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Bidder, including any Addendum issued by theClient; … a) We have not directly or indirectly or through an agent intentionally engaged or indulged in anycorruptpractice,fraudulentpractice,coercivepractice,undesirablepractice orrestrictivepractice,asdefinedintheRFPdocument,in respect toanytender or request for proposal issued by or any agreement entered into with Client or any other public sector enterprise or any government, Central or State;and b) We hereby certify that we have taken steps to ensure that no person acting for us or on our behalf will engage in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictivepractice. 7. We understand that you may cancel the selection process at any timeandthatyou are neither bound to accept any Proposal that you may receive nor to appoint the Master System Integrator, without incurring any liability to theBidders. 8. We declare that we are not a member of any other Consortium/Joint Venture applying for appointment as a Master SystemIntegrator. 9. We certify that in regard to matters other than security and

Page 572: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

572

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

integrity of the country, we or any of our affiliates have not been convicted by a court of law or indicted or adverse orders passed by a regulatory authority which would cast a doubt on our ability to undertake the Master System Integrator services for the Project or which relates to a grave offence that outrages the moral sense of thecommunity. 10. We further certify that in regard to matters relating to security and integrity of the country, we have not been charge-sheeted by any agency of the Government or convicted by a court of law for any offence committed by us or by any of our affiliates.Wefurthercertifythatneitherwenoranyofourconsortiummembershave been barred by the central government, any state government, a statutory body or anypublicsectorundertaking,asthecasemaybe,fromparticipatinginanyproject or bid, and that any such bar, if any, does not subsist as on the date of thisRFP. 11. We further certify that no investigation by a regulatory authority is pending either against us or against our affiliates or against our CEO or any of our Directors/ Managers/employees which will effect our capability to deliver services to you. 12. We hereby irrevocably waive

Page 573: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

573

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

any right or remedy which we may have at any stage at law or howsoever otherwise arising to challenge or question any decision taken by Client in connection with the appointment of Master System Integrator or in connection with the selection process itself in respect of the above mentioned Project. 13. We agree and understand that the proposal is subject to the provisions of the RFP document. In no case, shall we have any claim or right of whatsoever nature if the Master System Integration services for the Project is not awarded to us or our proposal is not opened orrejected. 14. In the event of our being selected as the Master System Integrator, we agree to enter into a Contract in accordance with the contract prescribed in the RFP read along with any deviations suggested in the Proposal. We agree not to seek any changes in the aforesaid form and agree to abide by the same….”

2089. 246 ICOMC_MSI_RFP_BBSR, Section 4.12.1, E-Governance & ERP System

It is estimated that the number of users would be about 1000.

Please provide clarity on the total number of concurrent internal and external users who will be using the proposed Document Management System, Workflow Management System & File Tracking system in order to size the hardware required for the solution.

Refer to Corrigendum.

2090. 520 ICOMC_MSI_ Enterprise Content Management As per mentioned in the RFP Refer to Addendum.

Page 574: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

574

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

RFP_BBSR, Section 5.5.1, E-Governance System, Functional Requirement FR 5.1397

(ECM) System/Document Management System

document, scanning of physical documents and uploading the electronic documents into the Document Management System is one of the key requirement of the RFP. Therefore, we recommend that the scanning solution should have support for the following features: • Both bulk and web scan capabilities • Automatic extraction of data using OCR • Automatic file and document separation using blank page separator, barcode separator and fix page • Automatic correction of parameters like improper resolution, format/ compression not proper, skew, wrong orientation, error in automatic cropping, punch hole marks etc. during scanning Please confirm our understanding.

2091. 520 ICOMC_MSI_RFP_BBSR, Section 5.5.1, E-Governance System, Functional Requirement FR 5.1397

Number of Scanning Locations Please provide clarity on the number of locations from where the scanning activity will be carried out.

Query answered earlier.

2092. 584 ICOMC_MSI_RFP_BBSR, Type I - Backbone

The Layer 3 based backbone Ethernet switch/router shall have minimum 8 SFP+ ports that are a minimum SFP+ links with 40

The Layer 3 based backbone Ethernet switch/router shall have minimum 8 SFP+ ports that are a minimum SFP+ links with 40 Gb/s

Refer to Corrigendum.

Page 575: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

575

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Ethernet Switch/Router, TR 6.216

Gb/s connectivity including Copper and Fibre ports as per the design requirements. These ports shall support hot swap modules to support upgrade of ports in the future. Any attenuators required for inter-switch connectivity shall be provided by MSI.

connectivity including Copper and Fibre ports as per the design requirements. These ports shall support hot swap modules to support upgrade of ports in the future. Any attenuators required for inter-switch connectivity shall be provided by MSI. - Please clarify the exact number of ports

2093. 585 ICOMC_MSI_RFP_BBSR, Type II – Core Router and Internet Router,TR 6.221

The core router shall have at least four (4) - 40 Gigabit Ethernet Small Form-Factor Plus Pluggable (SFP+) ports, and six (6) x GbE SFP ports.

The core router shall have at least four (4) - 40 Gigabit Ethernet Small Form-Factor Plus Pluggable (SFP+) ports, and six (6) x GbE SFP ports.- Please clarify Is this 4 x40G + 6 x 1G ?

Refer to Corrigendum.

2094. 585 ICOMC_MSI_RFP_BBSR, Common Requirements – Switch/Router,TR 6.224

Routing Information Protocol v2 (RIPv2), Enhanced Interior Gateway Routing Protocol (EIGRP), Open Shortest Path First Version 2 (OSPFv2), Border Gateway Protocol (BGP), and Intermediate System-to-System (IS-IS) • OPFv3, BGPv3, and EIGRPv6

EIGRP and EIGRPv6 is Cisco Proprietary Protocol. Request to relax so that other global OEM's can participate.

Refer to Corrigendum.

2095. 586 ICOMC_MSI_RFP_BBSR, General Requirements – Core Router

The core router at a minimum shall support the following protocols: • IPv4/IPv6 • QoS/CoS • IP multicast • General: Ø IEEE 802.1D MAC Bridges Ø IEEE 802.1p Priority Ø IEEE 802.1Q VLANs Ø IEEE 802.1s Multiple Spanning Trees

Request the amend the clause as : The core router at a minimum shall support the following protocols: • IPv4/IPv6 • QoS/CoS • IP multicast • Security: Ø RFC 2138 RADIUS Authentication Ø RFC 2866 RADIUS Accounting Ø Secure Sockets Layer (SSL)/ SSH

Refer to Corrigendum.

Page 576: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

576

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

Ø IEEE 802.1w Rapid Reconfiguration of Spanning Tree • Security: Ø RFC 1492 TACACS+ Ø RFC 2138 RADIUS Authentication Ø RFC 2866 RADIUS Accounting Ø Secure Sockets Layer (SSL)/ SSH • Network Management: Ø IEEE 802.1AB Link Layer Discovery Protocol (LLDP) • RFC 3031 MPLS (Multi-Protocol Label Switching) • RFC 1098 A Simple Network Management Protocol (SNMP) • RFC 2819 Four groups of RMON: 1 (statistics), 2 (history), 3 (alarm) and 9 (events) • ANSI/TIA-1057 LLDP Media Endpoint Discovery (LLDP-MED) • SNMPv1/v2c/v3

• Network Management: Ø IEEE 802.1AB Link Layer Discovery Protocol (LLDP) • RFC 3031 MPLS (Multi-Protocol Label Switching) • RFC 1098 A Simple Network Management Protocol (SNMP) • RFC 2819 Four groups of RMON: 1 (statistics), 2 (history), 3 (alarm) and 9 (events) • ANSI/TIA-1057 LLDP Media Endpoint Discovery (LLDP-MED) • SNMPv1/v2c/v3

2096. 200 ICOMC_MSI_RFP_BBSR, Section 3.7.1.1, E-Governance System

Integration Interfaces In order to clear the scope of integration, please provide the clarity on the below mentioned integration touchpoints- 5.8 - Various State systems as per implementation requirements 5.9 - More Systems for integration can be added during implementation

Refer to Addendum.

2097. 851 ICOMC_MSI_RFP_BBSR, Exhibit 24, Transaction History

Storage Administration Regarding Volume of Transactions/Documents per year

Request you to please clarify about the growth percentage of the volume of the documents year by year for next 5 years.

Query answered earlier.

Page 577: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

577

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

2098. 521 ICOMC_MSI_RFP_BBSR, Section 5.5.1, E-Governance System, Functional Requirement, FR 5.1416

Workflow for routing and tracking of documents, messages and Forms

Request you to please share some of the sample process flow along with the forms which needs to be implemented using workflow management system.

Will be shared with selected Bidder.

2099. 251 ICOMC_MSI_RFP_BBSR, Section 4.12.1, E-Governance & ERP System

Data Migration As migration of the existing data and documents is considered as part of current project scope. So please provide the volume and the type of data/documents to be migrated from current systems to proposed system.

Refer to Addendum.

2100. 42 ICOMC_MSI_RFP_BBSR, Section 1.2

Contract Term As per RFP, contract term is 108 Months which includes implementation period of 24 Months. So we understanding that support period is 7 Years. But at page number 253, support period is mentioned as 5 years. Please confirm the support period.

Refer to Corrigendum.

2101. 713 ICOMC_MSI_RFP_BBSR, Section 5.7.4.8, Databases

Any commercially available database like Oracle/Informix/MS SQL/DB2 shall be provided along with license and support and upgrade costs.

As per guidelines of DeitY, platform and technology stack for the application should be built on open technologies like Java for Server side programming language, JBOSS as Application Server, PostgreSQL as Database, etc. Therefore, the platform and programming language for required Document Management system should be made open for all open technologies listed by DietY. So we request you to consider supported version of PostgreSQL

Refer to Corrigendum.

Page 578: Request for Proposal for Selection of Master System ... - BMCportal2.bmc.gov.in/Files/Keyprojects_25042017063327PM.pdf · 1. 848 Exhibit 22 ERP, E governance initiatives in BMC As

Reply to PRE BID Queries received from prospective bidders for Selection of Master System Integrator for Implementation of Smart Solutions in Bhubaneswar City

578

Sl. No.

Page No.

RFP Reference / Clause Statement in RFP Clause Query Response by BSCL

database as well. Please confirm.

2102. Vendor should purchase the maps license either directly from OEM or authorized vendor suugested by OEM only. Also license copy should be asked to furnish the license copy mentioning the license details based on usecase. For example , if use case is about tracking of vehicles then license should have information about number of vehicles that are being tracked. For other use cases, information about number of users, map loads and map credits should be specified.

Refer FR 7.246 & FR 7.247 of RFP

2103. The map services shall be able to handle a minimum of 100,000 webservice requests per hour

Refer FR 7.246 & FR 7.247 of RFP

2104. The map services shall be free of advertisements and attributions

Refer FR 7.246 & FR 7.247 of RFP

2105. The maps service Provider shall provide twenty-four (24 hours), seven (7) days a week email support for map services

Refer to Corrigendum.

Sd/-

Chief Executive Officer, BSCL